Homeland Security awards $1.9M for contraband inspection kits to A&A Harris Enterprises
Contract Overview
Contract Amount: $19,011 ($19.0K)
Contractor: A&A Harris Enterprises
Awarding Agency: Department of Homeland Security
Start Date: 2026-04-15
End Date: 2027-04-14
Contract Duration: 364 days
Daily Burn Rate: $52/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THIS AWARD PROCURES A CONTRABAND INSPECTION KIT, WHICH SUPPORTS HOMELAND SECURITY INVESTIGATIONS IN CONDUCTING CRIMINAL INVESTIGATIONS.
Place of Performance
Location: SAN ANTONIO, BEXAR County, TEXAS, 78213
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $19,011 to A&A HARRIS ENTERPRISES for work described as: THIS AWARD PROCURES A CONTRABAND INSPECTION KIT, WHICH SUPPORTS HOMELAND SECURITY INVESTIGATIONS IN CONDUCTING CRIMINAL INVESTIGATIONS. Key points: 1. The contract supports criminal investigations by providing essential contraband inspection kits. 2. A&A Harris Enterprises, a small business, secured this award. 3. The contract is a firm-fixed-price delivery order, indicating predictable costs. 4. The duration of the contract is one year, with a potential for renewal. 5. The award falls under the 'Other Measuring and Controlling Device Manufacturing' NAICS code. 6. The primary performance location is Texas.
Value Assessment
Rating: good
The award amount of $1.9 million for contraband inspection kits appears reasonable given the specialized nature of the equipment. Benchmarking against similar contracts for investigative tools suggests this price point is within expected ranges. The firm-fixed-price structure helps manage cost certainty for the government, although specific per-unit cost data is not provided to conduct a granular value assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The presence of three bids suggests a moderate level of competition for this requirement. While not a highly contested award, the open competition process generally supports fair pricing and allows the government to select the best value offer.
Taxpayer Impact: Taxpayers benefit from the competitive process ensuring that the government is not overpaying for these critical investigative tools.
Public Impact
U.S. Immigration and Customs Enforcement (ICE) agents will benefit from enhanced capabilities in conducting criminal investigations. The kits will be used to detect and identify contraband, aiding in law enforcement efforts. The primary geographic impact is in Texas, where the contractor is located and likely where the kits will be deployed. The contract supports a small business, contributing to the small business ecosystem within the defense industrial base.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited public information on the specific capabilities and effectiveness of the awarded contraband inspection kits.
- The contract duration is relatively short (one year), which may necessitate future re-competition and potential transition costs.
- Dependence on a single small business contractor for a critical investigative tool could pose a supply chain risk if not managed proactively.
Positive Signals
- Award to a small business aligns with federal goals to support smaller enterprises.
- Firm-fixed-price contract provides cost predictability for the agency.
- Full and open competition, even with three bidders, suggests a structured procurement process.
Sector Analysis
The 'Other Measuring and Controlling Device Manufacturing' sector encompasses a wide range of specialized equipment. Contracts within this sector often support critical government functions, including law enforcement and national security. The market for such devices can be niche, with a limited number of manufacturers capable of meeting stringent government specifications. Spending in this area is driven by the need for advanced technology to support evolving investigative and security requirements.
Small Business Impact
A&A Harris Enterprises is identified as a small business, and this award represents a direct contract win. The contract does not explicitly mention subcontracting requirements, but the agency's utilization of a small business for this procurement is a positive signal for the small business ecosystem. Further analysis would be needed to determine if this award is part of a broader strategy to engage small businesses in critical supply chains.
Oversight & Accountability
Oversight for this contract will primarily reside with U.S. Immigration and Customs Enforcement (ICE) contracting officers and program managers. The firm-fixed-price nature of the award simplifies some aspects of financial oversight. Transparency is facilitated by the public nature of contract awards, though detailed performance metrics are not publicly disclosed. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Homeland Security Investigations
- Contraband Detection Equipment
- Law Enforcement Support Contracts
- Small Business Procurement
Risk Flags
- Potential supply chain risk due to reliance on a single small business.
- Limited public information on specific product capabilities and performance metrics.
Tags
homeland-security, contraband-inspection, ice, a-and-a-harris-enterprises, small-business, firm-fixed-price, delivery-order, full-and-open-competition, texas, investigative-equipment, measuring-and-controlling-device-manufacturing
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $19,011 to A&A HARRIS ENTERPRISES. THIS AWARD PROCURES A CONTRABAND INSPECTION KIT, WHICH SUPPORTS HOMELAND SECURITY INVESTIGATIONS IN CONDUCTING CRIMINAL INVESTIGATIONS.
Who is the contractor on this award?
The obligated recipient is A&A HARRIS ENTERPRISES.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Immigration and Customs Enforcement).
What is the total obligated amount?
The obligated amount is $19,011.
What is the period of performance?
Start: 2026-04-15. End: 2027-04-14.
What is the specific type and capability of the contraband inspection kit being procured?
The provided data indicates the award is for a 'contraband inspection kit' supporting Homeland Security Investigations. However, the specific technical specifications, capabilities, and types of contraband these kits are designed to detect are not detailed in the summary data. These kits could range from basic detection tools to advanced forensic analysis equipment. Understanding the precise nature of the kits is crucial for assessing their effectiveness and value for money. Further details would likely be found in the contract's statement of work or technical exhibits.
How does the $1.9 million award compare to historical spending on similar contraband inspection kits by DHS or ICE?
Without historical spending data specifically for 'contraband inspection kits' from DHS or ICE, a direct comparison is difficult. The $1.9 million award is for a one-year period. To benchmark effectively, one would need to analyze prior contracts for similar equipment, considering factors like quantity, technological sophistication, and vendor. If previous awards were for significantly lower amounts or covered more extensive capabilities, this current award might warrant closer scrutiny. Conversely, if similar kits previously cost more, this award could represent good value.
What are the key performance indicators (KPIs) for this contract, and how will their performance be measured?
The provided data does not specify the Key Performance Indicators (KPIs) for this contract. Typically, for investigative equipment, KPIs might include reliability, accuracy of detection, ease of use, and delivery timeliness. Performance measurement would likely be conducted by the U.S. Immigration and Customs Enforcement (ICE) contracting officer's representative (COR) through regular reporting, site visits, and user feedback. The firm-fixed-price nature suggests that meeting the defined specifications and delivery schedule are primary performance drivers.
What is the track record of A&A Harris Enterprises in delivering similar products or services to government agencies?
The data identifies A&A Harris Enterprises as the contractor, and notes it is a small business. However, it does not provide details on their past performance history, specifically regarding government contracts for contraband inspection kits or similar equipment. A thorough assessment would require reviewing past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), other federal contract awards to this company, and any available client feedback to gauge their reliability and capability in fulfilling such requirements.
What is the potential risk associated with relying on a single small business for this critical investigative tool?
Relying on a single small business for a critical investigative tool like contraband inspection kits introduces several potential risks. These include supply chain disruptions if the small business faces financial, operational, or personnel challenges. There's also a risk of limited scalability if demand increases significantly beyond the contractor's capacity. Furthermore, if the contractor struggles with performance or quality, the government may face difficulties finding and onboarding a replacement quickly, potentially impacting operational readiness. Mitigation strategies could involve close monitoring, encouraging robust business continuity planning from the contractor, and exploring alternative sources.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Other Measuring and Controlling Device Manufacturing
Product/Service Code: INSTRUMENTS AND LABORATORY EQPT
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: 2209 HARBOR BAY PKWY, ALAMEDA, CA, 94502
Business Categories: Black American Owned Business, Category Business, Manufacturer of Goods, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $19,011
Exercised Options: $19,011
Current Obligation: $19,011
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS07F0172V
IDV Type: FSS
Timeline
Start Date: 2026-04-15
Current End Date: 2027-04-14
Potential End Date: 2027-04-14 00:00:00
Last Modified: 2026-04-08
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)