Treasury's $2.4M security system maintenance contract awarded to Trilogy Secured Services, Inc
Contract Overview
Contract Amount: $2,396,487 ($2.4M)
Contractor: Trilogy Secured Services, L.L.C
Awarding Agency: Department of the Treasury
Start Date: 2024-03-25
End Date: 2025-05-24
Contract Duration: 425 days
Daily Burn Rate: $5.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: OPERATIONS AND MAINTENANCE SERVICES FOR INTEGRATED SECURITY SYSTEM (ISS): THE SCOPE OF THIS TASK ORDER IS TO PROVIDE INSTALLATION AND MAINTENANCE SERVICES FOR THE SECURITY SYSTEMS AT BEP.
Place of Performance
Location: SPRINGFIELD, FAIRFAX County, VIRGINIA, 22151
State: Virginia Government Spending
Plain-Language Summary
Department of the Treasury obligated $2.4 million to TRILOGY SECURED SERVICES, L.L.C for work described as: OPERATIONS AND MAINTENANCE SERVICES FOR INTEGRATED SECURITY SYSTEM (ISS): THE SCOPE OF THIS TASK ORDER IS TO PROVIDE INSTALLATION AND MAINTENANCE SERVICES FOR THE SECURITY SYSTEMS AT BEP. Key points: 1. Value for money assessed through benchmarking against similar IT support contracts. 2. Competition dynamics indicate a full and open process, potentially driving competitive pricing. 3. Risk indicators include contract duration and reliance on a single vendor for critical infrastructure. 4. Performance context relies on the successful delivery of installation and maintenance services. 5. Sector positioning within IT services, specifically computer systems design and integration.
Value Assessment
Rating: good
The contract value of approximately $2.4 million for 14 months of operations and maintenance for an integrated security system appears reasonable when benchmarked against similar IT support and security system maintenance contracts. While specific per-unit costs are not detailed, the firm-fixed-price structure suggests that the contractor assumes the risk for cost overruns. Further analysis would involve comparing the scope of services and system complexity to other government contracts for similar security infrastructure.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This task order was awarded under a full and open competition after exclusion of sources, indicating that multiple vendors were likely solicited and allowed to bid. The specific number of bidders is not provided, but this procurement method generally fosters a competitive environment, which can lead to better pricing and service offerings for the government. The exclusion of sources clause suggests a specific reason for limiting the pool initially, but the subsequent full and open competition aims to maximize market participation.
Taxpayer Impact: A full and open competition is generally favorable for taxpayers as it increases the likelihood of obtaining competitive pricing and encourages a wider range of qualified vendors to participate, potentially leading to cost savings.
Public Impact
The Bureau of Engraving and Printing (BEP) benefits from enhanced security through the maintenance of its integrated security system. Services delivered include installation and ongoing maintenance of critical security systems. The geographic impact is localized to the BEP facilities. Workforce implications are primarily related to the specialized technical personnel required for security system maintenance.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if follow-on contracts are not competitively bid.
- Reliance on a single vendor for critical security system maintenance could pose a risk if the vendor experiences financial instability or operational issues.
Positive Signals
- Awarded through full and open competition, suggesting a competitive bidding process.
- Firm-fixed-price contract structure shifts cost overrun risk to the contractor.
- The contract is for essential security system maintenance, ensuring operational continuity.
Sector Analysis
This contract falls within the IT services sector, specifically focusing on computer systems design and related services (NAICS 541512). The market for integrated security systems and their maintenance is robust, driven by increasing security needs across government and commercial sectors. Comparable spending benchmarks would involve analyzing other federal contracts for the installation, integration, and maintenance of physical security systems, access control, and surveillance technologies. The size of this contract is relatively small within the broader IT services market.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a set-aside requirement. However, the prime contractor, Trilogy Secured Services, L.L.C., may engage small businesses as subcontractors, depending on their own business practices and the specific needs of the contract. Analysis of subcontracting plans would be necessary to determine the extent of small business participation.
Oversight & Accountability
Oversight for this contract would primarily reside with the Department of the Treasury and the Bureau of Engraving and Printing contracting officers and program managers. The firm-fixed-price nature of the contract provides a degree of accountability by defining the scope and cost upfront. Transparency is facilitated by the contract award data being publicly available. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to the contract were identified.
Related Government Programs
- Federal Protective Service Contracts
- Physical Security System Modernization Programs
- IT Infrastructure Support Services
- Bureau of Engraving and Printing Operations
Risk Flags
- Potential for vendor lock-in
- Reliance on single vendor for critical infrastructure
- Cybersecurity risks associated with integrated systems
Tags
it-services, security-systems, operations-and-maintenance, department-of-the-treasury, bureau-of-engraving-and-printing, firm-fixed-price, full-and-open-competition, delivery-order, computer-systems-design-services, virginia
Frequently Asked Questions
What is this federal contract paying for?
Department of the Treasury awarded $2.4 million to TRILOGY SECURED SERVICES, L.L.C. OPERATIONS AND MAINTENANCE SERVICES FOR INTEGRATED SECURITY SYSTEM (ISS): THE SCOPE OF THIS TASK ORDER IS TO PROVIDE INSTALLATION AND MAINTENANCE SERVICES FOR THE SECURITY SYSTEMS AT BEP.
Who is the contractor on this award?
The obligated recipient is TRILOGY SECURED SERVICES, L.L.C.
Which agency awarded this contract?
Awarding agency: Department of the Treasury (Bureau of Engraving and Printing).
What is the total obligated amount?
The obligated amount is $2.4 million.
What is the period of performance?
Start: 2024-03-25. End: 2025-05-24.
What is the track record of Trilogy Secured Services, L.L.C. in performing similar integrated security system maintenance contracts for federal agencies?
A thorough review of Trilogy Secured Services, L.L.C.'s past performance is crucial for assessing their capability to successfully execute this contract. This would involve examining their contract history with federal agencies, specifically looking for experience with integrated security systems, installation, and maintenance. Key performance indicators from previous contracts, such as on-time delivery, adherence to budget, and customer satisfaction ratings, would provide valuable insights. Any past issues, contract disputes, or performance deficiencies would represent significant risk factors. Without specific past performance data for this contractor on similar projects, it is difficult to definitively assess their suitability beyond the fact that they were awarded this current contract.
How does the pricing of this contract compare to industry benchmarks for similar security system maintenance services?
Benchmarking the pricing of this $2.4 million contract against industry standards for integrated security system maintenance is essential for determining value for money. This involves comparing the proposed labor rates, material costs, and overhead charges to prevailing market rates for comparable services. Factors such as the complexity of the security system, the geographic location of the facilities, and the required response times for maintenance and repairs will influence these benchmarks. A detailed cost analysis, if available, would break down the pricing structure and allow for a more granular comparison. If the contract's pricing is significantly higher than market averages for similar scope and complexity, it could indicate a potential overpayment or a lack of sufficient competition.
What are the primary risks associated with this contract, and what mitigation strategies are in place?
The primary risks associated with this contract include potential vendor performance issues, cybersecurity vulnerabilities within the integrated security system, and the possibility of cost overruns if the firm-fixed-price structure is not adequately managed. Vendor performance risk can be mitigated through robust contract oversight, clear performance metrics, and regular communication. Cybersecurity risks require stringent security protocols, regular vulnerability assessments, and prompt patching of any identified weaknesses. While the firm-fixed-price contract shifts cost risk to the contractor, inadequate scope definition or unforeseen technical challenges could still lead to disputes or requests for modification. Mitigation strategies should include detailed scope of work, performance monitoring, and contingency planning for critical system failures.
What is the historical spending pattern for integrated security system maintenance at the Bureau of Engraving and Printing?
Analyzing the historical spending patterns for integrated security system maintenance at the Bureau of Engraving and Printing (BEP) provides context for the current contract's value and duration. Understanding how much the BEP has spent on similar services in previous years, and whether spending has increased or decreased, can reveal trends in security needs and budget allocation. This historical data can also highlight any significant shifts in technology or service providers. For instance, a consistent increase in spending might indicate an expanding security infrastructure or rising maintenance costs, while a sudden drop could suggest system upgrades or a change in service scope. Comparing the current $2.4 million contract to past expenditures will help determine if this award represents a typical investment or an anomaly.
How does the 'full and open competition after exclusion of sources' procurement method impact the overall cost-effectiveness for taxpayers?
The 'full and open competition after exclusion of sources' method is a nuanced approach to procurement. Initially, certain sources might be excluded for specific, justifiable reasons (e.g., proprietary technology, unique capabilities). However, the subsequent 'full and open competition' phase allows all responsible sources to submit offers. This hybrid approach aims to balance the need for specialized solutions with the benefits of broad market competition. For taxpayers, this method can be cost-effective if the initial exclusion was narrowly defined and the subsequent open competition attracts a sufficient number of competitive bids. It can prevent monopolies while ensuring that technically suitable vendors are considered. However, if the initial exclusion was overly broad or poorly justified, it could limit competition and potentially lead to higher costs than a purely open solicitation.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - IT MANAGEMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: BEPIT-RFQ-24-0034
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 5513 KATHLEEN PL, SPRINGFIELD, VA, 22151
Business Categories: 8(a) Program Participant, Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $2,396,487
Exercised Options: $2,396,487
Current Obligation: $2,396,487
Actual Outlays: $2,396,487
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QTCB21D0116
IDV Type: GWAC
Timeline
Start Date: 2024-03-25
Current End Date: 2025-05-24
Potential End Date: 2025-05-24 00:00:00
Last Modified: 2026-03-17
More Contracts from Trilogy Secured Services, L.L.C
- Information Technology Security Support Services — $8.8M (Department of Homeland Security)
View all Trilogy Secured Services, L.L.C federal contracts →
Other Department of the Treasury Contracts
- Advertising Services — $636.5M (True North Communications Inc)
- Cade 2 Ltis3 Covid-19 — $383.8M (Deloitte Consulting LLP)
- Establish a Broad Networking and Telecommunications Service Environment to Meet ITS Network Services (wide Area and Local Area Network), Voice Telecommunications Services, Audio/Video/Web Conferencing, and Cyber Requirements — $320.2M (AT&T Enterprises, LLC)
- THE Internal Revenue Service (IRS), Office of Information Technology Office, Issues This Order Under GSA Alliant 2 (unrestricted). Enterprise Case Management (ECM) Solution Integration Services — $305.5M (Booz Allen Hamilton Inc)
- THE Tfcceis Task Order IS to Transition the Existing Tfcc Services From the Networx Contract Onto the EIS Contract Vehicle in a Manner That Will Enable Continuity of an Enterprise Network of Toll Free Services for the IRS — $264.6M (Verizon Business Network Services LLC)