DOJ's $256K Judicial Security Contract Awarded to Integrated Security Technologies, Inc

Contract Overview

Contract Amount: $256,012 ($256.0K)

Contractor: Integrated Security Technologies, Inc

Awarding Agency: Department of Justice

Start Date: 2025-07-23

End Date: 2026-11-02

Contract Duration: 467 days

Daily Burn Rate: $548/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: MISSION CRITICAL: SAFEGUARDING THE FEDERAL JUDICIAL PROCESS, INCLUDING PROTECTING JUDGES, ATTORNEYS, AND COURT PERSONNEL. PROVIDING PHYSICAL SECURITY IN COURTHOUSES. NEW INSTALL PROJECT

Place of Performance

Location: HERNDON, FAIRFAX County, VIRGINIA, 20170

State: Virginia Government Spending

Plain-Language Summary

Department of Justice obligated $256,011.63 to INTEGRATED SECURITY TECHNOLOGIES, INC for work described as: MISSION CRITICAL: SAFEGUARDING THE FEDERAL JUDICIAL PROCESS, INCLUDING PROTECTING JUDGES, ATTORNEYS, AND COURT PERSONNEL. PROVIDING PHYSICAL SECURITY IN COURTHOUSES. NEW INSTALL PROJECT Key points: 1. Contract focuses on safeguarding federal judicial processes and courthouse physical security. 2. Awarded via a BPA Call under a full and open competition. 3. Performance period spans over 1.5 years, indicating a medium-term need. 4. The contract type is Firm Fixed Price, offering cost certainty. 5. The North American Industry Classification System (NAICS) code suggests a focus on specialized apparel and accessories. 6. The award is not set aside for small businesses. 7. The U.S. Marshals Service is the primary agency overseeing this contract.

Value Assessment

Rating: fair

The contract value of $256,011.63 for a 467-day period appears reasonable for specialized security equipment and services. Benchmarking against similar contracts for judicial security or specialized protective gear is difficult without more specific service details. However, the firm fixed-price nature suggests that the government has a clear understanding of the costs involved, mitigating significant overruns.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under a full and open competition, indicating that multiple vendors had the opportunity to bid. The presence of 3 bidders suggests a moderate level of competition for this specific requirement. While full and open competition is generally preferred, the number of bidders can influence price discovery.

Taxpayer Impact: A competitive process, even with a limited number of bidders, generally leads to better pricing for taxpayers compared to sole-source awards.

Public Impact

Federal judges, attorneys, and court personnel will benefit from enhanced security measures. Courthouses will receive improved physical security infrastructure. The contract supports the core mission of the U.S. Marshals Service in protecting the federal judiciary. The geographic impact is likely nationwide, covering federal courthouses requiring these security enhancements. Potential workforce implications may involve specialized installation or maintenance personnel.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls under the broader category of security services and equipment, which is a significant sector within federal procurement. The NAICS code 'Other Apparel Accessories and Other Apparel Manufacturing' suggests a specialized niche, possibly related to protective gear or uniforms. Federal spending in security and protective equipment is substantial, driven by the need to protect government personnel and facilities across various agencies.

Small Business Impact

This contract was not set aside for small businesses, meaning it was open to all eligible large and small businesses. While this maximizes the pool of potential offerors, it does not guarantee opportunities for small businesses. There is no explicit mention of subcontracting requirements for small businesses within the provided data, which could limit their direct involvement.

Oversight & Accountability

The contract is managed by the Department of Justice, specifically the U.S. Marshals Service, which has established oversight mechanisms for procurement. As a Firm Fixed Price award, cost-related oversight is simplified. Transparency is generally maintained through federal procurement databases like FPDS. The Inspector General for the Department of Justice would have jurisdiction over any potential fraud or mismanagement.

Related Government Programs

Risk Flags

Tags

department-of-justice, u-s-marshals-service, security-equipment, judicial-security, firm-fixed-price, full-and-open-competition, bpa-call, apparel-manufacturing, mission-critical, virginia

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $256,011.63 to INTEGRATED SECURITY TECHNOLOGIES, INC. MISSION CRITICAL: SAFEGUARDING THE FEDERAL JUDICIAL PROCESS, INCLUDING PROTECTING JUDGES, ATTORNEYS, AND COURT PERSONNEL. PROVIDING PHYSICAL SECURITY IN COURTHOUSES. NEW INSTALL PROJECT

Who is the contractor on this award?

The obligated recipient is INTEGRATED SECURITY TECHNOLOGIES, 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 $256,011.63.

What is the period of performance?

Start: 2025-07-23. End: 2026-11-02.

What is the historical spending pattern for similar judicial security equipment or services by the U.S. Marshals Service?

Analyzing historical spending patterns for the U.S. Marshals Service (USMS) in similar categories requires access to detailed procurement data beyond this single award. Typically, the USMS procures a range of security equipment, protective gear, and related services to fulfill its mandate. Past contracts might include items like body armor, secure communication devices, surveillance equipment, and physical security enhancements for courthouses. Examining trends in contract values, awardees, and contract types over the past 5-10 years would reveal whether spending in this specific niche has increased, decreased, or remained stable. It would also highlight any recurring issues with specific vendors or types of equipment. Without specific historical data points for 'Other Apparel Accessories and Other Apparel Manufacturing' related to judicial security, a precise comparison is not possible, but general trends in security spending can be inferred.

How does the per-unit cost of the awarded items compare to market rates, given the NAICS code?

Determining the per-unit cost comparison is challenging without knowing the specific items procured under this contract. The NAICS code 'Other Apparel Accessories and Other Apparel Manufacturing' is broad and could encompass anything from specialized uniforms and protective vests to less obvious accessories. If the contract involves items like custom-fitted protective apparel, the per-unit cost could be significantly higher than standard off-the-shelf products due to specialized materials, design, and manufacturing processes. Benchmarking would require identifying comparable items purchased by other federal agencies or large private sector organizations for similar protective purposes. Integrated Security Technologies, Inc.'s pricing would need to be evaluated against these benchmarks. If the items are more akin to standard accessories, the price might be expected to be closer to commercial market rates, adjusted for bulk federal purchasing.

What are the specific risks associated with Integrated Security Technologies, Inc. based on their past performance or financial stability?

Assessing the specific risks associated with Integrated Security Technologies, Inc. requires a review of their past performance records, including any past performance evaluations (CPARS) submitted by government agencies, and their financial stability. Information on contract terminations, disputes, or quality control issues would be critical risk indicators. If the company has a history of performance problems on similar federal contracts, it could suggest a higher risk of delivery delays, quality deficiencies, or cost overruns, despite the firm-fixed-price nature of this award. Financial stability is also a concern; a company facing financial difficulties might struggle to fulfill contract obligations. Without access to these specific performance and financial data, it's difficult to quantify the risk. However, the fact that they were awarded this contract suggests they met the minimum requirements during the bidding process.

What is the expected impact of this contract on the overall security posture of the federal judiciary?

This contract is expected to have a positive impact on the overall security posture of the federal judiciary by providing essential equipment and potentially services related to safeguarding judges, attorneys, court personnel, and courthouses. The 'MISSION CRITICAL' designation highlights the importance of this procurement. The specific nature of the items procured under the 'Other Apparel Accessories and Other Apparel Manufacturing' NAICS code will determine the precise enhancement. For instance, if it involves advanced protective apparel, it directly enhances the safety of individuals. If it relates to physical security enhancements for courthouses, it improves the overall resilience of judicial facilities. The timely delivery and quality of the awarded goods/services are crucial for realizing these security benefits.

How does the duration and value of this contract align with typical procurements for similar security needs?

The contract duration of 467 days (approximately 15.5 months) and a value of $256,011.63 are relatively modest in the context of large federal security procurements. Many federal contracts for security equipment or services can span multiple years and involve millions or even billions of dollars. This contract appears to address a specific, perhaps localized or specialized, need rather than a broad, long-term security program. Its duration suggests it might be for a specific project, a limited supply of specialized items, or a bridge contract. The value is consistent with procurements for niche equipment or a limited scope of services. Comparing it to other BPA calls or smaller-scale procurements for specialized gear would provide better context.

Industry Classification

NAICS: ManufacturingApparel Accessories and Other Apparel ManufacturingOther Apparel Accessories and Other Apparel Manufacturing

Product/Service Code: ALARM, SIGNAL, SECURITY DETECTION

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 520 HERNDON PKWY STE C, HERNDON, VA, 20170

Business Categories: Category Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $256,012

Exercised Options: $256,012

Current Obligation: $256,012

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: 15M10624AA47NS08H

IDV Type: BPA

Timeline

Start Date: 2025-07-23

Current End Date: 2026-11-02

Potential End Date: 2026-11-02 00:00:00

Last Modified: 2026-04-02

More Contracts from Integrated Security Technologies, Inc

View all Integrated Security Technologies, Inc federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending