DHS Awards $7M for Protective Security Officers in Tennessee to Kerberos International, Inc
Contract Overview
Contract Amount: $6,984,651 ($7.0M)
Contractor: Kerberos International, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2025-10-01
End Date: 2026-01-31
Contract Duration: 122 days
Daily Burn Rate: $57.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PROTECTIVE SECURITY OFFICER SERVICES (PSO) THROUGHOUT THE STATE OF TENNESSEE
Place of Performance
Location: TEMPLE, BELL County, TEXAS, 76502
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $7.0 million to KERBEROS INTERNATIONAL, INC. for work described as: PROTECTIVE SECURITY OFFICER SERVICES (PSO) THROUGHOUT THE STATE OF TENNESSEE Key points: 1. Contract awarded for essential security services across Tennessee. 2. Kerberos International, Inc. secured the contract. 3. Competition method was 'Full and Open Competition After Exclusion of Sources'. 4. The contract value is approximately $7 million. 5. Services are for Protective Security Officer (PSO) functions.
Value Assessment
Rating: good
The contract value of $6,984,651.04 for 122 days of service appears reasonable given the scope of PSO services. Benchmarking against similar contracts for security personnel in large geographic areas would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources', indicating a competitive process was intended. This method aims to ensure fair pricing and access for qualified vendors, though the 'exclusion of sources' aspect warrants further review for justification.
Taxpayer Impact: Taxpayer funds are being used for essential security services, with the competitive bidding process aiming to secure the best value.
Public Impact
Ensures continued security presence in critical state facilities. Supports federal agency operations within Tennessee. Provides employment opportunities in the security sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Justification for 'Exclusion of Sources' needs clarity.
- Potential for scope creep in PSO services.
Positive Signals
- Competitive award process.
- Clear service period defined.
Sector Analysis
The security services sector is highly competitive, with numerous firms offering specialized personnel. Spending benchmarks for PSO services can vary significantly based on geographic location, required security clearances, and service intensity.
Small Business Impact
The data does not indicate if small businesses were involved in this specific award or if subcontracting opportunities exist. Further analysis would be needed to determine the impact on small businesses.
Oversight & Accountability
The Department of Homeland Security's Office of Procurement Operations managed this award. Standard oversight procedures for contract performance and financial management are expected to be in place.
Related Government Programs
- Security Guards and Patrol Services
- Department of Homeland Security Contracting
- Office of Procurement Operations Programs
Risk Flags
- Lack of clarity on 'Exclusion of Sources'.
- Potential for undefined scope creep.
- Limited information on small business participation.
- Need for detailed performance metrics.
Tags
security-guards-and-patrol-services, department-of-homeland-security, tx, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $7.0 million to KERBEROS INTERNATIONAL, INC.. PROTECTIVE SECURITY OFFICER SERVICES (PSO) THROUGHOUT THE STATE OF TENNESSEE
Who is the contractor on this award?
The obligated recipient is KERBEROS INTERNATIONAL, INC..
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 $7.0 million.
What is the period of performance?
Start: 2025-10-01. End: 2026-01-31.
What was the justification for excluding specific sources in the 'Full and Open Competition After Exclusion of Sources' award?
The justification for excluding specific sources in a 'Full and Open Competition After Exclusion of Sources' award is crucial for understanding the procurement's integrity. Typically, such exclusions are based on specific technical requirements, national security concerns, or unique capabilities that only a limited number of entities possess. Without this justification, it raises questions about whether the competition was truly as open as possible and if all potential value-driving vendors had a fair opportunity to compete.
How does the per-unit cost of these Protective Security Officers compare to national averages for similar services?
Determining the per-unit cost requires breaking down the total award value by the number of officers and the duration of their service. Without specific details on the number of officers and their hours, a precise per-unit cost benchmark is difficult. However, comparing this contract's implied hourly or daily rates against national averages for armed or unarmed security personnel, adjusted for geographic location and required certifications, would reveal if the pricing is competitive or potentially inflated.
What are the key performance indicators (KPIs) for these Protective Security Officers, and how will their effectiveness be measured?
The effectiveness of Protective Security Officers is typically measured through Key Performance Indicators (KPIs) such as response times to incidents, adherence to post orders, successful prevention of unauthorized access, and overall security posture improvement. The contract should outline specific, measurable, achievable, relevant, and time-bound (SMART) KPIs. DHS's oversight will likely involve regular performance reviews, incident reports, and potentially unannounced inspections to ensure the officers are meeting the required standards and providing adequate security.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Security Guards and Patrol Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Kerberos International Inc.
Address: 2109 BIRDCREEK TER, TEMPLE, TX, 76502
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $6,984,651
Exercised Options: $6,984,651
Current Obligation: $6,984,651
Contract Characteristics
Commercial Item: PRODUCTS OR SERVICES PURSUANT TO FAR 12.102(F)
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70RFP123DE4000003
IDV Type: IDC
Timeline
Start Date: 2025-10-01
Current End Date: 2026-01-31
Potential End Date: 2026-01-31 00:00:00
Last Modified: 2026-03-26
More Contracts from Kerberos International, Inc.
- Protective Security Officer Services (PSO) Throughout the State of Tennessee 244,292 Hours * $43.39 — $13.3M (Department of Homeland Security)
- Protective Security Officer Services (PSO) Throughout the State of Tennessee — $13.2M (Department of Homeland Security)
- Protective Security Officer (PSO) Services in Virginia — $12.9M (Department of Homeland Security)
- Armed Guard II Services in Northern Virginia & Maryland — $12.6M (Department of Homeland Security)
- Protective Security Officer (PSO) Services Throughout the State of Pennsylvania — $11.6M (Department of Homeland Security)
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)