DHS awards $755K for intrusion detection systems, bypassing competition
Contract Overview
Contract Amount: $75,542 ($75.5K)
Contractor: Page Contracting Services LLC
Awarding Agency: Department of Homeland Security
Start Date: 2026-04-09
End Date: 2026-08-11
Contract Duration: 124 days
Daily Burn Rate: $609/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: REPLACE AND INSTALL INTRUSION DETECTION SYSTEM
Place of Performance
Location: CORPUS CHRISTI, NUECES County, TEXAS, 78419
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $75,541.62 to PAGE CONTRACTING SERVICES LLC for work described as: REPLACE AND INSTALL INTRUSION DETECTION SYSTEM Key points: 1. Contract awarded to PAGE CONTRACTING SERVICES LLC for security systems. 2. The contract duration is 124 days, indicating a short-term need. 3. The award was made via a purchase order, a less formal procurement method. 4. The North American Industry Classification System (NAICS) code 561621 points to security systems services. 5. The contract is firm fixed price, providing cost certainty for the government. 6. The system is being installed in Texas, suggesting a specific geographic focus.
Value Assessment
Rating: questionable
The contract value of $755,41.62 for a purchase order for intrusion detection systems is difficult to benchmark without more detailed scope information. Given the lack of competition, it's challenging to assess if this represents fair market value. The short duration of 124 days suggests a specific, potentially urgent need, which might influence pricing. However, the absence of competitive bids raises concerns about potential overpayment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one vendor was solicited. This approach bypasses the standard competitive bidding process, which typically ensures the government receives the best possible pricing and services through market forces. Without competition, there is a reduced incentive for the contractor to offer the most competitive price.
Taxpayer Impact: Sole-source awards can lead to higher costs for taxpayers as the government may not benefit from the price reductions typically achieved through competitive bidding.
Public Impact
U.S. Customs and Border Protection benefits from enhanced security infrastructure. The service delivered is the installation of an intrusion detection system. The geographic impact is limited to Texas. The contract may involve a small number of technicians for the installation.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may result in higher costs for taxpayers.
- Sole-source award limits transparency and potential for better pricing.
- Short contract duration could indicate rushed implementation or a specific, limited need.
Positive Signals
- Firm fixed price contract provides cost certainty.
- Award to a single vendor may expedite installation for urgent needs.
Sector Analysis
The security systems services sector, classified under NAICS code 561621, encompasses a range of services including the installation and maintenance of alarm and security systems. This contract falls within this sector, addressing a specific need for intrusion detection. The market for such services is competitive, making the sole-source award notable. Comparable spending benchmarks are difficult to establish without knowing the exact system specifications and scale of installation.
Small Business Impact
There is no indication that this contract was set aside for small businesses, nor is there information on subcontracting plans. The award to PAGE CONTRACTING SERVICES LLC does not provide insight into its size category or its utilization of small business subcontractors. Further analysis would be needed to determine the impact on the small business ecosystem.
Oversight & Accountability
As a purchase order, oversight mechanisms may be less formalized than for larger, competitively bid contracts. Accountability would primarily rest with the U.S. Customs and Border Protection contracting officers and program managers. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if fraud or waste is suspected.
Related Government Programs
- Homeland Security Grants Program
- Customs and Border Protection Technology Modernization
- Federal Protective Service Contracts
Risk Flags
- Sole-source award bypasses competition.
- Limited transparency on vendor selection rationale.
- Potential for non-competitive pricing.
- Short duration may indicate limited scope or urgency.
Tags
security-systems-services, intrusion-detection-system, department-of-homeland-security, u-s-customs-and-border-protection, texas, purchase-order, firm-fixed-price, sole-source, not-competed, short-term-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $75,541.62 to PAGE CONTRACTING SERVICES LLC. REPLACE AND INSTALL INTRUSION DETECTION SYSTEM
Who is the contractor on this award?
The obligated recipient is PAGE CONTRACTING SERVICES 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 $75,541.62.
What is the period of performance?
Start: 2026-04-09. End: 2026-08-11.
What is the specific type and capability of the intrusion detection system being installed?
The provided data does not specify the exact type or capabilities of the intrusion detection system. The NAICS code 561621 covers a broad range of security systems services, from basic alarm installations to more complex integrated solutions. To understand the value and appropriateness of the $755,41.62 award, details on the system's features (e.g., sensors, monitoring capabilities, integration with existing infrastructure, brand/model) would be necessary. Without this, it's difficult to assess if the price is commensurate with the technology being deployed.
Why was this contract awarded on a sole-source basis instead of through full and open competition?
The data indicates the contract was 'NOT COMPETED,' implying a sole-source award. Common justifications for sole-source procurements include urgent and compelling needs where only one responsible source can provide the required service, or when the service is available only from a single source. Without further documentation from the Department of Homeland Security, the specific rationale for bypassing competition remains unclear. This lack of transparency limits the ability to verify if competitive procedures were indeed inappropriate or if there were other viable options.
How does the $755,41.62 cost compare to similar intrusion detection system installations by federal agencies?
Benchmarking the $755,41.62 cost for this intrusion detection system installation against similar federal contracts is challenging without more specific details on the scope of work, system components, and installation complexity. The award is a firm fixed price purchase order with a 124-day duration, awarded to PAGE CONTRACTING SERVICES LLC for U.S. Customs and Border Protection in Texas. To perform a meaningful comparison, one would need to identify contracts for similar systems (e.g., perimeter intrusion detection, building access control) of comparable size and complexity, ideally awarded through competitive processes to establish a market price baseline.
What is the track record of PAGE CONTRACTING SERVICES LLC in performing similar security system installation contracts for the federal government?
Information regarding the track record of PAGE CONTRACTING SERVICES LLC for similar federal contracts is not provided in the initial data. A thorough assessment would require reviewing the company's past performance history, including any previous government contracts, their value, duration, and client feedback (e.g., through the Contractor Performance Assessment Reporting System - CPARS). Understanding their experience with intrusion detection systems and federal procurement regulations is crucial for evaluating the risk associated with this award.
What are the potential risks associated with a sole-source award for critical security infrastructure?
Sole-source awards for critical security infrastructure like intrusion detection systems carry several risks. Firstly, the absence of competition can lead to inflated prices, meaning taxpayers may overpay for the system. Secondly, it limits the government's ability to explore innovative solutions or leverage the best available technology from a wider pool of vendors. Thirdly, it can reduce transparency and accountability in the procurement process. Finally, if the sole-source provider fails to perform adequately, the government may have limited recourse or alternative options for timely resolution, potentially compromising security.
What is the expected performance period and service level agreement for this intrusion detection system?
The contract specifies an effective start date of 2026-04-09 and an end date of 2026-08-11, resulting in a duration of 124 days. This period likely covers the installation and initial setup of the intrusion detection system. However, the data does not detail any ongoing service level agreements (SLAs) for maintenance, monitoring, or support beyond the installation phase. It is unclear if this purchase order includes any warranty period or if separate contracts will be established for long-term operational support.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Security Systems Services (except Locksmiths)
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR NONBUILDINGS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 70B01C26R00000075
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 126 PINEVIEW AVE, SEVERNA PARK, MD, 21146
Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $75,542
Exercised Options: $75,542
Current Obligation: $75,542
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-09
Current End Date: 2026-08-11
Potential End Date: 2026-08-11 00:00:00
Last Modified: 2026-04-09
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)