Justice Department awards $3.16M contract for fugitive apprehension vehicles to Dana Safety Supply
Contract Overview
Contract Amount: $31,610 ($31.6K)
Contractor: Dana Safety Supply, Inc.
Awarding Agency: Department of Justice
Start Date: 2026-04-07
End Date: 2027-04-06
Contract Duration: 364 days
Daily Burn Rate: $87/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MISSION CRITICAL: APPREHENDING FUGITIVE FY26-MSD-NATIONAL VEHICLE RFQ # 155 3 AFD VEHICLE
Place of Performance
Location: GREENSBORO, GUILFORD County, NORTH CAROLINA, 27407
Plain-Language Summary
Department of Justice obligated $31,610 to DANA SAFETY SUPPLY, INC. for work described as: MISSION CRITICAL: APPREHENDING FUGITIVE FY26-MSD-NATIONAL VEHICLE RFQ # 155 3 AFD VEHICLE Key points: 1. Contract aims to equip law enforcement with specialized vehicles for critical fugitive apprehension missions. 2. The award was made under a Best Practices Agreement (BPA) Call, suggesting pre-negotiated terms. 3. A single offer was received, raising questions about the extent of competition. 4. The contract duration is one year, with a firm fixed-price structure. 5. The specific vehicle type is described as '3 AFD VEHICLE', indicating specialized equipment. 6. The procurement falls under 'Other Communications Equipment Manufacturing' (NAICS code 334290).
Value Assessment
Rating: fair
The contract value of $3.16 million for 3 specialized vehicles appears high on a per-unit basis, though the exact specifications and customization required for 'fugitive apprehension' are not detailed. Without comparable contract data for similar highly specialized law enforcement vehicles, a precise value-for-money assessment is difficult. The firm fixed-price nature provides cost certainty for the government, but the lack of multiple bids could mean the price is not fully optimized.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'full and open competition,' indicating that all responsible sources were permitted to submit an offer. However, only one offer was received. This could suggest that the market for such specialized vehicles is limited, or that the requirements were highly specific, deterring other potential bidders. The limited number of offers may impact the government's ability to ensure the most competitive pricing.
Taxpayer Impact: A single offer limits the government's leverage to negotiate the best possible price, potentially leading to higher costs for taxpayers.
Public Impact
Law enforcement agencies, specifically the U.S. Marshals Service, will benefit from enhanced capabilities in apprehending fugitives. The contract will provide three specialized vehicles designed for high-risk operations. The geographic impact is national, supporting the U.S. Marshals Service's nationwide jurisdiction. The contract supports jobs within Dana Safety Supply, Inc. and its supply chain.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition with only one offer received.
- Potential for overpayment due to lack of competitive pressure.
- Unclear specifications for '3 AFD VEHICLE' make benchmarking difficult.
Positive Signals
- Firm fixed-price contract provides cost certainty.
- Awarded under full and open competition, adhering to procurement regulations.
- Supports a critical law enforcement mission.
Sector Analysis
This contract falls within the broader 'Other Communications Equipment Manufacturing' sector, though the specific nature of '3 AFD VEHICLE' suggests a niche within specialized vehicle manufacturing and outfitting. The market for law enforcement-specific vehicles is competitive, but contracts for highly customized or mission-critical equipment often see fewer bidders. Benchmarking is challenging without detailed specifications, but typical government vehicle procurements can range from tens of thousands to hundreds of thousands of dollars per unit depending on customization.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). There is no information provided regarding subcontracting plans. Therefore, the direct impact on the small business ecosystem is likely minimal unless Dana Safety Supply, Inc. utilizes small businesses in its supply chain.
Oversight & Accountability
The contract is a BPA Call, which typically operates under a pre-existing master agreement that has its own oversight. The firm fixed-price nature limits cost overrun risks. Transparency is provided through federal procurement databases. Specific oversight mechanisms for this particular call would depend on the terms of the underlying BPA and agency-specific internal controls.
Related Government Programs
- U.S. Marshals Service Vehicle Procurement
- Law Enforcement Equipment Contracts
- Specialized Vehicle Manufacturing
- Federal Fugitive Apprehension Programs
Risk Flags
- Limited Competition
- High Per-Unit Cost Implication
- Lack of Detailed Specifications
Tags
department-of-justice, u-s-marshals-service, specialized-vehicles, fugitive-apprehension, firm-fixed-price, full-and-open-competition, single-bid, national, other-communications-equipment-manufacturing, mission-critical
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $31,610 to DANA SAFETY SUPPLY, INC.. MISSION CRITICAL: APPREHENDING FUGITIVE FY26-MSD-NATIONAL VEHICLE RFQ # 155 3 AFD VEHICLE
Who is the contractor on this award?
The obligated recipient is DANA SAFETY SUPPLY, INC..
Which agency awarded this contract?
Awarding agency: Department of Justice (U.S. Marshals Service).
What is the total obligated amount?
The obligated amount is $31,610.
What is the period of performance?
Start: 2026-04-07. End: 2027-04-06.
What is the specific functionality and customization of the '3 AFD VEHICLE' that justifies its cost?
The provided data does not detail the specific functionalities or customizations of the '3 AFD VEHICLE'. 'AFD' could potentially refer to 'Armored Fugitive Detail' or a similar specialized unit designation. The high cost per vehicle, implied by the total award amount for three units, suggests significant modifications beyond a standard vehicle, potentially including enhanced ballistic protection, specialized communication systems, integrated surveillance equipment, or unique interior configurations for secure transport. Without further technical specifications or a detailed statement of work, it is difficult to ascertain the precise value proposition.
How does the pricing of this contract compare to similar specialized law enforcement vehicles?
Direct comparison is challenging due to the lack of detailed specifications for the '3 AFD VEHICLE' and the limited number of bids received. Specialized law enforcement vehicles, particularly those with advanced protective features, communication suites, and mission-specific modifications, can vary significantly in price. Standard police cruisers might cost $40,000-$60,000, while heavily armored or surveillance-equipped vehicles can easily exceed $100,000-$200,000 or more per unit. The $3.16 million award for three vehicles suggests a per-unit cost of over $1 million, which would be exceptionally high and warrants further investigation into the unique requirements and market pricing for such highly specialized assets.
What are the risks associated with receiving only one bid for this contract?
Receiving only one bid significantly increases the risk of the government not obtaining the best possible value. Without competition, the single bidder faces less pressure to offer competitive pricing, potentially leading to inflated costs for taxpayers. There's also a risk that the single offer may not fully meet all the government's needs or that the quality might be compromised if the contractor knows they are the sole provider. This situation can also indicate potential issues with the solicitation process, such as overly restrictive requirements that inadvertently limited the bidder pool.
What is the track record of Dana Safety Supply, Inc. in fulfilling federal contracts, particularly for specialized vehicles?
Information regarding Dana Safety Supply, Inc.'s specific track record with federal contracts, especially for specialized vehicles, is not provided in the given data. A comprehensive analysis would require reviewing past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), previous contract awards, and any history of contract modifications, disputes, or terminations. Understanding their experience with similar procurements and their ability to deliver on time and within budget is crucial for assessing the reliability of this award.
What is the historical spending pattern for fugitive apprehension vehicles by the U.S. Marshals Service?
The provided data does not include historical spending patterns for fugitive apprehension vehicles by the U.S. Marshals Service. To analyze this, one would need to examine past contract awards for similar vehicles over several fiscal years. This would involve identifying relevant contract vehicles, award amounts, quantities, and contractor performance. Understanding historical spending can reveal trends in procurement, identify potential cost increases over time, and highlight reliance on specific contractors or vehicle types.
Industry Classification
NAICS: Manufacturing › Communications Equipment Manufacturing › Other Communications Equipment Manufacturing
Product/Service Code: MOTOR VEHICLES, CYCLES, TRAILERS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 500 S EDWARDIA DR, GREENSBORO, NC, 27409
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $31,610
Exercised Options: $31,610
Current Obligation: $31,610
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 15M10325AA4700015
IDV Type: BPA
Timeline
Start Date: 2026-04-07
Current End Date: 2027-04-06
Potential End Date: 2027-04-06 00:00:00
Last Modified: 2026-04-07
More Contracts from Dana Safety Supply, Inc.
- Vehicle Outfitting for Castillo DE SAN Marcos National Monument (casa) — $26.0K (Department of the Interior)
Other Department of Justice Contracts
- Contractor Owned and Operated Existing Correctional Facility for Approximately 3,500 LOW Security Male Inmates — $794.5M (Cornell Companies, Inc.)
- Detention Services - SAN Diego — $776.9M (THE GEO Group, Inc.)
- CO: Telly Renfroe Award of NEW Task Order Base Year Initial Funding — $616.4M (AT&T Enterprises, LLC)
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Corecivic, Inc.)
- Provide Services for the Management and Operation of a Correctional Facility in Accordance With Rfp-Pcc-0014 — $568.9M (Cornell Companies, Inc.)