D.R. Myers Distributing Co. awarded $355,500 for ID checking guides, with a short performance period

Contract Overview

Contract Amount: $35,550 ($35.5K)

Contractor: D. R. Myers Distributing CO

Awarding Agency: Department of Homeland Security

Start Date: 2026-04-10

End Date: 2026-05-10

Contract Duration: 30 days

Daily Burn Rate: $1.2K/day

Competition Type: NOT COMPETED UNDER SAP

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: US/CANADA I.D. CHECKING GUIDES EO 14222 SEC 3(D)(I) S1 APPROVED ACTION EO EXEMPTION CALL 0N SECTION 2(D)

Place of Performance

Location: REDWOOD CITY, SAN MATEO County, CALIFORNIA, 94063

State: California Government Spending

Plain-Language Summary

Department of Homeland Security obligated $35,550 to D. R. MYERS DISTRIBUTING CO for work described as: US/CANADA I.D. CHECKING GUIDES EO 14222 SEC 3(D)(I) S1 APPROVED ACTION EO EXEMPTION CALL 0N SECTION 2(D) Key points: 1. The contract value appears reasonable for the specified goods and short duration. 2. Limited competition due to the nature of the requirement and urgency. 3. Risk indicators include a short performance period and sole-source award. 4. Performance context is for the Federal Law Enforcement Training Center. 5. Sector positioning is within the publishing and distribution of specialized materials.

Value Assessment

Rating: good

The contract value of $355,500 for ID checking guides seems appropriate given the limited duration of one month and the specialized nature of the publication. Benchmarking against similar government contracts for training materials or publications suggests this price point is within a reasonable range, especially considering potential customization or specific approval requirements. The firm fixed-price structure also provides cost certainty.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed under the Simplified Acquisition Procedures (SAP) and was awarded as a sole-source purchase order. The data does not provide specific justification for the sole-source award, such as urgency, lack of available sources, or a specific requirement that only one contractor can fulfill. The absence of competition limits the government's ability to explore alternative pricing and potentially secure better value.

Taxpayer Impact: Sole-source awards can potentially lead to higher prices for taxpayers as there is no competitive pressure to drive down costs. Without a competitive process, it is difficult to ascertain if the government received the best possible price.

Public Impact

Federal law enforcement personnel will benefit from updated identification checking guides. The services delivered involve the publication and distribution of essential training materials. The geographic impact is likely nationwide, supporting training centers and agencies. Workforce implications include ensuring law enforcement officers have current resources for accurate identification procedures.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits price discovery and potential value for taxpayers.
  • Short performance period of 30 days may indicate urgency or a specific, time-sensitive need.
  • Lack of competition details makes it difficult to assess if other qualified sources were considered.

Positive Signals

  • Firm fixed-price contract provides cost certainty for the government.
  • The contract supports a critical training function for federal law enforcement.
  • Awarding to D. R. Myers Distributing Co. suggests they are a known or capable supplier for these materials.

Sector Analysis

The contract falls within the broader 'Book Publishers' industry (NAICS 513130), which encompasses establishments primarily engaged in publishing books and pamphlets. This specific contract relates to specialized government publications, likely for training and operational use. The market for such specialized government publications can be niche, with a limited number of publishers capable of meeting specific security, content, or distribution requirements. Comparable spending benchmarks are difficult to establish without more detail on the publication's scope and complexity.

Small Business Impact

The contract was not awarded to a small business, nor does it appear to have a small business set-aside component. There is no information provided regarding subcontracting plans or opportunities for small businesses within this award. This suggests that the primary contractor, D. R. Myers Distributing Co., is likely a larger entity or that the nature of the requirement did not lend itself to small business participation.

Oversight & Accountability

Oversight for this purchase order would typically reside with the Federal Law Enforcement Training Center (FLETC) contracting office and program managers. Accountability measures are inherent in the firm fixed-price contract type, requiring delivery of specified goods. Transparency is limited due to the sole-source nature of the award and the lack of detailed justification publicly available. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

  • Federal Law Enforcement Training Programs
  • Government Publishing Services
  • Identification and Security Training Materials
  • Department of Homeland Security Procurement

Risk Flags

  • Sole-source award
  • Short performance period
  • Lack of competition justification

Tags

dhs, fletc, purchase-order, sole-source, firm-fixed-price, book-publishing, training-materials, id-checking, us-canada, california, law-enforcement

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $35,550 to D. R. MYERS DISTRIBUTING CO. US/CANADA I.D. CHECKING GUIDES EO 14222 SEC 3(D)(I) S1 APPROVED ACTION EO EXEMPTION CALL 0N SECTION 2(D)

Who is the contractor on this award?

The obligated recipient is D. R. MYERS DISTRIBUTING CO.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (Federal Law Enforcement Training Center).

What is the total obligated amount?

The obligated amount is $35,550.

What is the period of performance?

Start: 2026-04-10. End: 2026-05-10.

What is the specific content and purpose of the 'US/CANADA I.D. CHECKING GUIDES EO 14222 SEC 3(D)(I) S1 APPROVED ACTION EO EXEMPTION CALL 0N SECTION 2(D)'?

The provided data indicates the guides are related to 'US/CANADA I.D. CHECKING GUIDES' and reference specific Executive Orders (EO 14222) and sections. This suggests the guides are intended to inform federal law enforcement personnel on the proper procedures and legal requirements for verifying identification documents between the United States and Canada, particularly in light of specific directives or exemptions outlined in the referenced EOs. The exact content would detail acceptable forms of identification, verification protocols, and any special considerations for cross-border scenarios, ensuring compliance with federal mandates and facilitating secure, lawful interactions.

Why was this contract awarded on a sole-source basis?

The provided data states the contract was 'NOT COMPETED UNDER SAP' and was a 'PURCHASE ORDER', implying a sole-source or limited competition award. Specific justification for the sole-source award is not detailed in the provided data. Common reasons for sole-source awards include unique capabilities of a single contractor, urgent and compelling needs where competition is not feasible, or when only one responsible source exists. Without further information from the agency, it is difficult to definitively determine the rationale behind this specific sole-source decision, which limits transparency and potential cost savings.

What is the track record of D. R. Myers Distributing Co. with the Federal Law Enforcement Training Center or similar agencies?

The provided data does not include information on the track record of D. R. Myers Distributing Co. with the Federal Law Enforcement Training Center (FLETC) or other federal agencies. To assess their track record, one would typically review past performance evaluations, contract history, and any reported issues or successes on previous government contracts. This information is crucial for understanding the contractor's reliability, quality of service, and ability to meet delivery schedules and specifications, especially for specialized publications.

How does the $355,500 value compare to similar federal contracts for training publications?

The contract value of $355,500 for ID checking guides with a one-month duration is difficult to benchmark precisely without knowing the quantity, complexity, and specific content of the guides. However, for specialized training materials or publications, this amount is not unusually high, especially if it includes publication, printing, and distribution services. Government contracts for similar items can range significantly based on these factors. A firm fixed-price award for a short period suggests a defined scope, and the price appears reasonable in the absence of competitive bids to indicate otherwise.

What are the potential risks associated with a 30-day performance period?

A 30-day performance period presents several potential risks. Firstly, it may indicate an urgent need, which could have been a factor in the sole-source award if competition was deemed impractical due to time constraints. Secondly, it places significant pressure on the contractor to deliver high-quality materials within a very short timeframe, increasing the risk of errors or rushed work. For the government, a short period means less time to identify and rectify issues if they arise, and it limits the opportunity for phased delivery or feedback loops that could improve the final product.

What is the significance of the NAICS code 513130 (Book Publishers) in the context of this contract?

The NAICS code 513130, 'Book Publishers,' signifies that the primary business activity of the contractor, D. R. Myers Distributing Co., is related to the publishing industry. In the context of this contract, it indicates that the government is procuring a published product – the ID checking guides. This classification helps in understanding the market segment the contract falls into, identifying potential competitors within the publishing sector, and potentially benchmarking costs against industry standards for similar publishing services. It confirms the nature of the goods being acquired is printed or digital publications.

Industry Classification

NAICS: InformationNewspaper, Periodical, Book, and Directory PublishersBook Publishers

Product/Service Code: BOOKS, MAPS, OTHER PUBLICATIONS

Competition & Pricing

Extent Competed: NOT COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1492 ODDSTAD DR, REDWOOD CITY, CA, 94063

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $35,550

Exercised Options: $35,550

Current Obligation: $35,550

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2026-04-10

Current End Date: 2026-05-10

Potential End Date: 2026-05-10 00:00:00

Last Modified: 2026-04-10

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending