DHS Awards $2M for Electronic Security Systems Sustainment to Red Peak Technical Services
Contract Overview
Contract Amount: $1,994,293 ($2.0M)
Contractor: RED Peak Technical Services, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2024-09-29
End Date: 2027-03-31
Contract Duration: 913 days
Daily Burn Rate: $2.2K/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: ELECTRONIC SECURITY SYSTEMS SUSTAINMENT SUPPORT SERVICES
Place of Performance
Location: SPRINGFIELD, LOUDOUN County, DISTRICT OF COLUMBIA, 20598
Plain-Language Summary
Department of Homeland Security obligated $2.0 million to RED PEAK TECHNICAL SERVICES, LLC for work described as: ELECTRONIC SECURITY SYSTEMS SUSTAINMENT SUPPORT SERVICES Key points: 1. Contract awarded to Red Peak Technical Services, LLC for $1.99M. 2. Services include sustainment support for electronic security systems. 3. The contract was not competed under Simplified Acquisition Procedures (SAP). 4. This falls under the Security Systems Services sector. 5. The contract duration is 913 days.
Value Assessment
Rating: questionable
The contract is a Time and Materials type, which can lead to cost overruns if not managed carefully. The lack of competition raises concerns about whether the government received the best possible price.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was not competed under SAP, suggesting a limited competition approach. This method may not yield the most competitive pricing, as fewer vendors had the opportunity to bid.
Taxpayer Impact: The limited competition may result in taxpayers paying more than necessary for these sustainment services.
Public Impact
Ensures continued operation of critical electronic security systems for DHS. Potential for increased costs due to Time and Materials contract type. Lack of transparency in the procurement process. Supports a single vendor for an extended period.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition
- Time and Materials contract type
- Lack of clear justification for limited competition
Positive Signals
- Addresses a critical need for security system sustainment
Sector Analysis
This contract falls within the Security Systems Services sector, which includes the installation and maintenance of electronic security systems. Benchmarks for similar services can vary widely based on system complexity and service level agreements.
Small Business Impact
The contract was awarded to Red Peak Technical Services, LLC, and there is no indication that small businesses were involved as subcontractors or partners in this specific award. Further analysis would be needed to determine if small business set-asides were considered.
Oversight & Accountability
The procurement process, particularly the lack of competition under SAP, warrants further oversight to ensure fair pricing and effective use of taxpayer funds. Accountability for the chosen procurement method should be clearly documented.
Related Government Programs
- Security Systems Services (except Locksmiths)
- Department of Homeland Security Contracting
- Office of Procurement Operations Programs
Risk Flags
- Lack of competition
- Time and Materials contract type
- Potential for cost overruns
- Limited transparency in procurement
Tags
security-systems-services-except-locksmi, department-of-homeland-security, dc, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $2.0 million to RED PEAK TECHNICAL SERVICES, LLC. ELECTRONIC SECURITY SYSTEMS SUSTAINMENT SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is RED PEAK TECHNICAL SERVICES, LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Office of Procurement Operations).
What is the total obligated amount?
The obligated amount is $2.0 million.
What is the period of performance?
Start: 2024-09-29. End: 2027-03-31.
What was the specific justification for not competing this contract under SAP, and were alternative limited competition methods explored?
The justification for not competing under SAP is not explicitly provided in the data. Typically, agencies may opt for limited competition due to urgent needs, sole-source justifications, or specific technical requirements. However, without further documentation, it's unclear if other limited competition strategies were considered or if this was the most appropriate path to ensure value for money.
How does the Time and Materials pricing structure compare to fixed-price or other contract types for similar sustainment services, and what controls are in place to manage costs?
Time and Materials contracts can be riskier for the government as costs are not capped upfront. Compared to fixed-price contracts, they offer less cost certainty. Effective management requires robust oversight, detailed tracking of labor hours and material costs, and clear ceiling limitations to prevent cost overruns and ensure value.
What is the long-term strategy for electronic security system sustainment, and will future procurements involve greater competition to ensure cost-effectiveness?
The provided data focuses on a single contract award and does not outline the long-term strategy. Future procurements should aim for increased competition, potentially through larger IDIQ contracts or more robust solicitations, to leverage market forces and achieve better pricing and service levels for the government.
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, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 70RDA124Q00000149
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 3909 ARCTIC BLVD, ANCHORAGE, AK, 99503
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,409,473
Exercised Options: $1,994,293
Current Obligation: $1,994,293
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2024-09-29
Current End Date: 2027-03-31
Potential End Date: 2027-03-31 00:00:00
Last Modified: 2026-03-30
More Contracts from RED Peak Technical Services, LLC
- Engineering Services — $5.4M (Department of Defense)
View all RED Peak Technical Services, LLC federal contracts →
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)