DHS awards $8,477.50 for moving services to Electronic Data Carriers Inc. under a competed contract
Contract Overview
Contract Amount: $8,478 ($8.5K)
Contractor: Electronic Data Carriers Inc
Awarding Agency: Department of Homeland Security
Start Date: 2026-04-08
End Date: 2026-04-15
Contract Duration: 7 days
Daily Burn Rate: $1.2K/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THIS AWARD PROVIDES MOVING SERVICES TO RELOCATE THE OFFICE OF THE PRINCIPAL LEGAL ADVISOR, HOUSTON.
Place of Performance
Location: SPRING, MONTGOMERY County, TEXAS, 77380
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $8,477.5 to ELECTRONIC DATA CARRIERS INC for work described as: THIS AWARD PROVIDES MOVING SERVICES TO RELOCATE THE OFFICE OF THE PRINCIPAL LEGAL ADVISOR, HOUSTON. Key points: 1. The contract value is relatively small, suggesting a focused scope for moving services. 2. Competition dynamics appear favorable with 3 bidders, potentially leading to competitive pricing. 3. The short duration of 7 days indicates a specific, time-bound relocation task. 4. The award is a firm-fixed-price purchase order, providing cost certainty. 5. The service category aligns with logistical support for government operations.
Value Assessment
Rating: good
The award of $8,477.50 for moving services is a modest amount, making direct comparison to larger contracts difficult. However, the price appears reasonable for a 7-day relocation of office goods. Benchmarking against similar small-scale government moving contracts would provide further insight into value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was competed under SAP (Small Acquisition Procedures), indicating a competitive process suitable for the acquisition's value. Three bids were received, suggesting adequate market interest and a reasonable level of competition for this type of service. The competition likely contributed to price discovery and ensured a fair market price was obtained.
Taxpayer Impact: The competitive nature of this award means taxpayer funds were likely used efficiently, as multiple vendors vied for the contract, driving down costs.
Public Impact
The Office of the Principal Legal Advisor in Houston benefits from the relocation services. Essential office goods and household items will be moved, ensuring continuity of operations. The geographic impact is localized to the Houston area, Texas. The contract supports government administrative functions by facilitating personnel and office moves.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for minor delays if unforeseen logistical challenges arise during the short move window.
- Ensuring all sensitive legal documents and equipment are handled with appropriate care and security.
Positive Signals
- Firm-fixed-price contract provides budget certainty.
- Short duration minimizes disruption and administrative overhead.
- Competitive award process suggests good value.
Sector Analysis
The moving services sector is a critical component of logistical support for government agencies. This contract falls under the broader professional, scientific, and technical services category, specifically focusing on relocation. While the dollar amount is small, it represents a typical need for agencies to relocate personnel and offices. Comparable spending in this sector can range from small local moves to large-scale enterprise relocations.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses, nor does it explicitly mention subcontracting requirements. Given the small award value, it's possible small businesses participated in the competition. Further analysis would be needed to determine if subcontracting opportunities were present or utilized.
Oversight & Accountability
As a purchase order awarded under SAP, oversight is likely managed through the contracting officer's representative (COR) and standard agency procurement policies. Transparency is maintained through federal procurement databases. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Government Relocation Services
- Office Moving Contracts
- Logistical Support Services
Risk Flags
- Short performance window may increase risk of delays.
- Potential for damage to sensitive office goods during transit.
Tags
logistics, moving-services, department-of-homeland-security, u-s-immigration-and-customs-enforcement, texas, purchase-order, competed, firm-fixed-price, small-acquisition, office-relocation
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $8,477.5 to ELECTRONIC DATA CARRIERS INC. THIS AWARD PROVIDES MOVING SERVICES TO RELOCATE THE OFFICE OF THE PRINCIPAL LEGAL ADVISOR, HOUSTON.
Who is the contractor on this award?
The obligated recipient is ELECTRONIC DATA CARRIERS INC.
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 $8,477.5.
What is the period of performance?
Start: 2026-04-08. End: 2026-04-15.
What is the track record of Electronic Data Carriers Inc. with federal contracts, particularly for moving services?
A review of federal procurement data would be necessary to ascertain Electronic Data Carriers Inc.'s track record. This would involve examining past awards, contract performance evaluations (if available), and any history of disputes or issues. Understanding their experience with similar-sized moving contracts, their on-time delivery rates, and client satisfaction would provide crucial context for assessing their reliability and capability in fulfilling this specific award. Without this historical data, the assessment relies solely on the current contract's terms and competitive landscape.
How does the $8,477.50 award compare to the average cost of similar federal moving contracts?
The $8,477.50 award for moving services is on the lower end for federal contracts, suggesting a localized and potentially smaller scope of relocation. Average costs for federal moving contracts can vary significantly based on the volume of goods, distance, and specific services required (e.g., packing, unpacking, storage). For a 7-day relocation of office goods, this price appears reasonable, especially given it was competed. However, a precise benchmark would require comparing it to other firm-fixed-price purchase orders for similar services within the same geographic region or for agencies of comparable size, considering factors like the number of personnel and offices involved.
What are the primary risks associated with this specific moving contract, and how are they mitigated?
The primary risks for this contract include potential delays due to the short 7-day performance period, damage to sensitive office goods or equipment during transit, and ensuring compliance with all federal moving regulations. Mitigation strategies likely involve the firm-fixed-price structure, which incentivizes the contractor to complete the work efficiently and without damage to avoid cost overruns. The contracting officer's representative (COR) would oversee the move, ensuring adherence to the schedule and quality standards. Clear communication and detailed inventory lists are also crucial for managing expectations and tracking assets.
How effective is the Small Acquisition Procedures (SAP) competition in ensuring value for money on contracts of this size?
Small Acquisition Procedures (SAP) are designed to streamline the procurement process for acquisitions under the simplified threshold, aiming for efficiency and speed. For contracts of this size ($8,477.50), SAP typically allows for more flexible competition methods, such as requesting quotes from multiple sources or using GSA schedules. The fact that three bids were received indicates that SAP facilitated a competitive environment. While SAP prioritizes efficiency, the level of competition achieved (3 bidders) suggests that it was effective in this instance in promoting price discovery and likely securing a fair market price for the government, thus contributing to value for money.
What is the historical spending pattern for moving services by the U.S. Immigration and Customs Enforcement (ICE) or the Department of Homeland Security (DHS)?
Analyzing historical spending patterns for moving services by ICE or DHS would reveal the frequency and scale of such procurements. This could indicate whether this $8,477.50 award is a typical, isolated event or part of a larger, ongoing need for relocation services. Examining past contract values, durations, and awardees would help establish benchmarks and identify any trends in spending. Such analysis could also highlight if there's a preference for competed versus sole-source awards and the typical number of bidders for these types of services, providing context for the current award's efficiency and competitiveness.
Industry Classification
NAICS: Transportation and Warehousing › Specialized Freight Trucking › Used Household and Office Goods Moving
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › TRANSPORTATION OF THINGS
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2228 WIRTCREST LN, HOUSTON, TX, 77055
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $8,478
Exercised Options: $8,478
Current Obligation: $8,478
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-08
Current End Date: 2026-04-15
Potential End Date: 2026-04-15 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)