DHS Awards $4.08M for Facilities Support Services to Integriward, LLC

Contract Overview

Contract Amount: $4,083,683 ($4.1M)

Contractor: Integriward, LLC

Awarding Agency: Department of Homeland Security

Start Date: 2025-09-30

End Date: 2026-06-29

Contract Duration: 272 days

Daily Burn Rate: $15.0K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: LONG-TERM PLANNING, CONSTRUCTION, AND MAINTENANCE CAPABILITIES FOR THESE COMPONENTS: SECTOR HEADQUARTERS, STATIONS, AIR AND MARINE UNITS, HANGERS, CHECKPOINTS, AND FORWARD OPERATING BASES.

Place of Performance

Location: CALEXICO, IMPERIAL County, CALIFORNIA, 92231

State: California Government Spending

Plain-Language Summary

Department of Homeland Security obligated $4.1 million to INTEGRIWARD, LLC for work described as: LONG-TERM PLANNING, CONSTRUCTION, AND MAINTENANCE CAPABILITIES FOR THESE COMPONENTS: SECTOR HEADQUARTERS, STATIONS, AIR AND MARINE UNITS, HANGERS, CHECKPOINTS, AND FORWARD OPERATING BASES. Key points: 1. The contract focuses on long-term planning, construction, and maintenance for various U.S. Customs and Border Protection facilities. 2. Integriward, LLC is the sole awardee, indicating a lack of competition for this specific requirement. 3. The contract is a firm-fixed-price definitive contract, providing cost certainty for the government. 4. The primary sector is Facilities Support Services, with a specific NAICS code of 561210.

Value Assessment

Rating: fair

The contract value of $4.08M for a duration of 272 days appears reasonable for comprehensive facilities support services. However, without specific deliverables or a detailed scope of work, a precise pricing assessment against similar contracts is challenging.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not available for competition, suggesting a sole-source award. This limits price discovery and potentially leads to higher costs than if competitive bids were solicited.

Taxpayer Impact: The lack of competition may result in taxpayers paying a premium for these essential facilities support services.

Public Impact

Ensures operational readiness of critical border infrastructure through maintenance and construction. Supports national security by maintaining facilities vital to U.S. Customs and Border Protection operations. Potential for increased costs to taxpayers due to the sole-source nature of the award.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Facilities Support Services (NAICS 561210) encompass a broad range of services including operating, maintaining, and repairing buildings and other physical structures. Spending in this sector can vary significantly based on the scale and complexity of the facilities managed.

Small Business Impact

The provided data does not indicate whether small businesses were involved in subcontracting opportunities for this contract. Further analysis would be needed to determine small business participation.

Oversight & Accountability

The contract is a definitive contract with a set end date, implying a defined scope and duration. Oversight would focus on ensuring Integriward, LLC meets the performance requirements and manages the contract within the allocated budget.

Related Government Programs

Risk Flags

Tags

facilities-support-services, department-of-homeland-security, ca, definitive-contract, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $4.1 million to INTEGRIWARD, LLC. LONG-TERM PLANNING, CONSTRUCTION, AND MAINTENANCE CAPABILITIES FOR THESE COMPONENTS: SECTOR HEADQUARTERS, STATIONS, AIR AND MARINE UNITS, HANGERS, CHECKPOINTS, AND FORWARD OPERATING BASES.

Who is the contractor on this award?

The obligated recipient is INTEGRIWARD, LLC.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).

What is the total obligated amount?

The obligated amount is $4.1 million.

What is the period of performance?

Start: 2025-09-30. End: 2026-06-29.

What specific factors necessitated a sole-source award for these facilities support services, and were alternative competitive strategies considered?

The justification for a sole-source award is not provided in the data. Typically, sole-source contracts are used when only one responsible source can provide the required supplies or services. This could be due to unique capabilities, urgent needs, or specific security requirements. Without further documentation, it's unclear if competitive strategies were explored or deemed unsuitable for this particular requirement.

How does the $4.08M contract value compare to industry benchmarks for similar facilities support services over a 272-day period?

Benchmarking this contract's value requires detailed comparison with similar government or commercial contracts for facilities maintenance, construction, and planning. Factors like geographic location, facility type (e.g., headquarters vs. remote outpost), and specific service scope (e.g., routine maintenance vs. major construction) heavily influence pricing. A preliminary assessment suggests the value is within a reasonable range for comprehensive services, but a definitive benchmark requires more granular data.

What are the key performance indicators (KPIs) for this contract, and how will their achievement be measured to ensure effectiveness?

The provided data does not specify the key performance indicators (KPIs) or the measurement methods for this contract. Effective oversight would require clearly defined KPIs related to maintenance response times, construction quality, project completion rates, and adherence to safety standards. The contracting officer and relevant technical personnel would be responsible for monitoring performance against these metrics throughout the contract's duration.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities Support Services

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR BUILDINGS

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 70B01C25R00000124

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Integriward LLC

Address: 5835 SEBASTIAN PL, SAN ANTONIO, TX, 78229

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $22,381,434

Exercised Options: $4,083,683

Current Obligation: $4,083,683

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2025-09-30

Current End Date: 2026-06-29

Potential End Date: 2026-06-29 00:00:00

Last Modified: 2026-03-18

More Contracts from Integriward, LLC

View all Integriward, LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending