VA awards $2.9M intrusion detection system contract to Allied Federal Solutions LLC for Wyoming facilities
Contract Overview
Contract Amount: $291,884 ($291.9K)
Contractor: Allied Federal Solutions LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2025-09-30
End Date: 2026-09-29
Contract Duration: 364 days
Daily Burn Rate: $802/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: INTRUSION DETECTION SYSTEM
Place of Performance
Location: CHEYENNE, LARAMIE County, WYOMING, 82001
State: Wyoming Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $291,884.04 to ALLIED FEDERAL SOLUTIONS LLC for work described as: INTRUSION DETECTION SYSTEM Key points: 1. Contract value of $2.9M for a 364-day period suggests a moderate investment in security infrastructure. 2. The contract was competed under Simplified Acquisition Procedures (SAP), indicating a focus on smaller value procurements. 3. The award to a single vendor, Allied Federal Solutions LLC, warrants scrutiny for potential price efficiencies. 4. Fixed-price contract type helps mitigate cost overrun risks for the government. 5. The service category 'Security Systems Services (except Locksmiths)' is critical for physical asset protection. 6. Awarded for facilities in Wyoming, indicating a specific geographic focus for this security upgrade.
Value Assessment
Rating: fair
The contract value of $2.9M for a one-year period for an intrusion detection system appears within a reasonable range for specialized security services. However, without specific details on the scope of services, number of locations covered, and the technology deployed, a precise value-for-money assessment is challenging. Benchmarking against similar federal contracts for intrusion detection systems of comparable scale and complexity would be necessary to definitively assess pricing and value. The fixed-price nature of the contract provides cost certainty, which is a positive indicator.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under Simplified Acquisition Procedures (SAP), which typically involves a less extensive competition process than full and open competition. While the specific number of bidders is not provided, SAP is often used for procurements valued below the threshold for full and open competition, potentially limiting the number of interested parties. This approach aims for efficiency but may not always yield the most competitive pricing compared to broader solicitations.
Taxpayer Impact: The limited competition under SAP means taxpayers may not benefit from the lowest possible price achievable through a wider bidding process. However, it can lead to faster contract awards for essential services.
Public Impact
Veterans Affairs facilities in Wyoming will benefit from enhanced security through the new intrusion detection system. The contract ensures the protection of sensitive government property and personnel at VA sites. The deployment of this system supports the VA's mission to provide reliable services to veterans. Potential for local job creation or support for existing security personnel in Wyoming.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition under SAP may have restricted price discovery.
- Lack of detailed scope of work makes it difficult to fully assess value for money.
- No information on contractor's past performance or specific experience with VA systems.
Positive Signals
- Fixed-price contract type mitigates cost overrun risks.
- Contract addresses a critical security need for VA facilities.
- Awarded to a single vendor, potentially streamlining implementation.
Sector Analysis
The market for security systems services, including intrusion detection, is robust and highly competitive, encompassing a wide range of providers from small specialized firms to large defense contractors. Federal spending in this sector is driven by the need to protect government assets, personnel, and sensitive information. Contracts like this, even under SAP, represent a segment of the broader federal security procurement landscape, which often involves significant investment in technology and services to maintain operational integrity and national security.
Small Business Impact
The contract was competed under Simplified Acquisition Procedures (SAP) and does not indicate a small business set-aside. There is no explicit mention of subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem is likely minimal unless Allied Federal Solutions LLC voluntarily engages small businesses for support services.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Veterans Affairs' contracting and program management offices. As a purchase order awarded under SAP, it may have less formal oversight compared to larger, more complex contracts. Transparency is limited by the nature of SAP procurements, and specific accountability measures would depend on the terms outlined in the purchase order and the vendor's performance.
Related Government Programs
- Federal Protective Service Contracts
- Department of Homeland Security Security Technology Procurement
- General Services Administration Schedules for Security Equipment
Risk Flags
- Limited competition may impact price.
- Scope of services not fully detailed.
- Contractor's past performance unknown.
Tags
security-systems, intrusion-detection, department-of-veterans-affairs, allied-federal-solutions-llc, purchase-order, firm-fixed-price, wyoming, simplified-acquisition-procedures, security-services, federal-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $291,884.04 to ALLIED FEDERAL SOLUTIONS LLC. INTRUSION DETECTION SYSTEM
Who is the contractor on this award?
The obligated recipient is ALLIED FEDERAL SOLUTIONS LLC.
Which agency awarded this contract?
Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).
What is the total obligated amount?
The obligated amount is $291,884.04.
What is the period of performance?
Start: 2025-09-30. End: 2026-09-29.
What is the specific scope of services and technology included in this $2.9M intrusion detection system contract?
The provided data indicates the contract is for 'Security Systems Services (except Locksmiths)' with a value of $291884.04 and a duration of 364 days. However, the specific details regarding the type of intrusion detection technology (e.g., sensors, cameras, monitoring software), the number of facilities covered within Wyoming, and the exact services to be rendered (e.g., installation, maintenance, monitoring) are not detailed in the provided summary. A comprehensive understanding of the scope is crucial for a thorough value assessment and to compare it against industry standards and similar federal procurements.
How does the $2.9M contract value compare to similar intrusion detection system procurements by the VA or other federal agencies?
Benchmarking the $2.9M contract value requires comparing it against similar federal procurements for intrusion detection systems. Factors such as the number of sites, system complexity, technology employed, and contract duration are critical for a meaningful comparison. Given the contract is for a single year and competed under SAP, it suggests a potentially smaller scale or specific service package. Without access to a database of comparable contracts with detailed specifications, it is difficult to definitively state whether this represents a competitive price. However, the value appears moderate for a specialized security system covering potentially multiple locations.
What is Allied Federal Solutions LLC's track record with federal contracts, particularly for security systems?
The provided data identifies Allied Federal Solutions LLC as the contractor but does not include information on their past performance or track record with federal agencies. A thorough analysis would require reviewing their contract history, including any performance evaluations, past disputes, or successes on similar security system contracts. Understanding their experience, especially with the Department of Veterans Affairs, is essential to assess their capability to deliver on this contract effectively and identify any potential risks associated with their performance.
What are the potential risks associated with awarding this contract under Simplified Acquisition Procedures (SAP)?
Awarding contracts under Simplified Acquisition Procedures (SAP), typically for procurements under $250,000 (though thresholds can vary), can introduce certain risks. While SAP aims for efficiency and speed, it often involves less stringent competition requirements compared to full and open competition. This can potentially lead to higher prices if market research and outreach are limited. Additionally, the documentation and oversight might be less rigorous, potentially increasing the risk of non-compliance or performance issues if not managed carefully by the procuring agency. For this specific contract, the value is $2.9M, which is significantly above the standard SAP threshold, suggesting it might have been awarded under specific exceptions or that the provided data's 'CT' field might be interpreted differently, possibly indicating a specific type of simplified process rather than the standard dollar threshold.
How does the fixed-price contract type impact the government's financial exposure and the contractor's incentive for efficiency?
A Firm Fixed Price (FFP) contract type, as indicated for this award, is generally favorable for the government as it establishes a ceiling on the total cost. The contractor assumes the risk of cost overruns, incentivizing them to manage expenses efficiently and complete the work within the agreed-upon budget. This provides budget certainty for the Department of Veterans Affairs. For the contractor, it means their profit is determined by their ability to control costs effectively. This structure is well-suited for requirements with well-defined scopes, like the installation and maintenance of an intrusion detection system, where unforeseen cost escalations are less likely.
What is the historical spending pattern for intrusion detection systems by the Department of Veterans Affairs?
The provided data does not include historical spending patterns for intrusion detection systems by the Department of Veterans Affairs (VA). To assess this, one would need to analyze past VA procurements for similar services, looking at contract values, durations, awarded vendors, and the number of contracts issued over several fiscal years. Understanding historical spending can reveal trends, identify key service providers, and help establish benchmarks for future procurements. It can also highlight whether spending on such systems has been consistent, increasing, or decreasing, potentially indicating evolving security needs or budget priorities within the VA.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Security Systems Services (except Locksmiths)
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION OF EQUIPMENT
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 36C25925Q0734
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 6214 NETHERCOMBE COURT, MCLEAN, VA, 22101
Business Categories: Category Business, Partnership or Limited Liability Partnership, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $350,327
Exercised Options: $291,884
Current Obligation: $291,884
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-09-30
Current End Date: 2026-09-29
Potential End Date: 2026-09-29 00:00:00
Last Modified: 2026-04-10
Other Department of Veterans Affairs Contracts
- CCN Region 3 Express Report — $5.2B (Optum Public Sector Solutions, Inc.)
- Express Report for FY22 Region 2 — $5.1B (Optum Public Sector Solutions, Inc.)
- Fiscal Year 2022 Express Report for Region 1 — $4.2B (Optum Public Sector Solutions, Inc.)
- Express Report for the Patient Centered Community Care (PC3) Contract — $3.3B (Triwest Healthcare Alliance Corp)
- CCN Region Three FY21 Express Report — $3.1B (Optum Public Sector Solutions, Inc.)