DHS awards $11.3M contract for public safety telecommunicator and alarm monitoring support to Triple Canopy Inc

Contract Overview

Contract Amount: $11,279,238 ($11.3M)

Contractor: Triple Canopy Inc

Awarding Agency: Department of Homeland Security

Start Date: 2025-10-01

End Date: 2026-05-31

Contract Duration: 242 days

Daily Burn Rate: $46.6K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: DEPARTMENT OF HOMELAND SECURITY (DHS), FEDERAL PROTECTIVE SERVICE (FPS) PUBLIC SAFETY TELECOMMUNICATOR AND ALARM MONITORING SUPPORT SERVICES - SECTION 4(A)

Place of Performance

Location: BATTLE CREEK, CALHOUN County, MICHIGAN, 49037

State: Michigan Government Spending

Plain-Language Summary

Department of Homeland Security obligated $11.3 million to TRIPLE CANOPY INC for work described as: DEPARTMENT OF HOMELAND SECURITY (DHS), FEDERAL PROTECTIVE SERVICE (FPS) PUBLIC SAFETY TELECOMMUNICATOR AND ALARM MONITORING SUPPORT SERVICES - SECTION 4(A) Key points: 1. Contract value represents a significant investment in essential public safety infrastructure. 2. Full and open competition suggests a potentially competitive bidding process. 3. The contract duration of 242 days indicates a need for ongoing operational support. 4. The 'Administrative Management and General Management Consulting Services' NAICS code suggests a focus on operational efficiency and support. 5. The contract is a delivery order, implying it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle or a pre-existing contract. 6. The use of Time and Materials pricing may introduce cost variability if not closely managed.

Value Assessment

Rating: fair

The contract value of $11.3 million for approximately 8 months of service appears reasonable for specialized public safety support. Benchmarking against similar telecommunicator and alarm monitoring contracts is difficult without more specific service details and geographic scope. However, the pricing structure (Time and Materials) warrants close monitoring to ensure value for money, as it can lead to cost overruns if not managed effectively. The absence of a specific dollar amount for the base period and the delivery order nature suggest this might be a portion of a larger contract, making direct value assessment challenging.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. This approach generally fosters a competitive environment, which can lead to better pricing and service offerings. The number of bidders is not specified, but the 'full and open' designation suggests a robust competition was intended. The effectiveness of this competition in driving down costs and ensuring optimal value depends on the specific requirements and the number of qualified bidders that participated.

Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it aims to secure the best possible price and quality through a wide range of potential providers, maximizing the use of public funds.

Public Impact

Federal Protective Service (FPS) personnel and facilities will benefit from enhanced public safety telecommunication and alarm monitoring. The contract ensures continuous operational support for critical security functions within DHS. Services are likely to be delivered across various DHS facilities, with a specific mention of Michigan (SN: MICHIGAN). The contract supports the operational workforce responsible for maintaining public safety and security.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader professional, scientific, and technical services sector, specifically related to administrative and management consulting. The market for public safety telecommunications and alarm monitoring is specialized, often involving government contractors with security clearances and specific technological expertise. Comparable spending benchmarks are difficult to establish without detailed service parameters, but government spending on security and operational support services is substantial across various agencies.

Small Business Impact

The data indicates this contract was not set aside for small businesses (SS: false, SB: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a set-aside provision. However, the prime contractor, Triple Canopy Inc., may engage small businesses as subcontractors, depending on their own subcontracting plans and the availability of qualified small business providers in the market for specialized telecommunications and alarm monitoring services.

Oversight & Accountability

Oversight for this contract will likely be managed by the Department of Homeland Security's Office of Procurement Operations and the Federal Protective Service. Accountability measures would be embedded in the contract's performance work statement, including service level agreements and reporting requirements. Transparency is facilitated through contract award databases, though detailed performance metrics and financial breakdowns may be internal. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

dhs, federal-protective-service, telecommunications, alarm-monitoring, administrative-support, management-consulting, full-and-open-competition, delivery-order, time-and-materials, michigan, security-services, public-safety

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $11.3 million to TRIPLE CANOPY INC. DEPARTMENT OF HOMELAND SECURITY (DHS), FEDERAL PROTECTIVE SERVICE (FPS) PUBLIC SAFETY TELECOMMUNICATOR AND ALARM MONITORING SUPPORT SERVICES - SECTION 4(A)

Who is the contractor on this award?

The obligated recipient is TRIPLE CANOPY 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 $11.3 million.

What is the period of performance?

Start: 2025-10-01. End: 2026-05-31.

What is the historical spending pattern for similar public safety telecommunicator and alarm monitoring support services by DHS or FPS?

Analyzing historical spending for similar services by DHS and FPS is crucial for context. While specific data for 'public safety telecommunicator and alarm monitoring support services' is not provided, general trends in DHS spending on security, operations, and administrative support can be inferred. DHS consistently allocates significant funds to maintaining operational readiness and security across its various components. Contracts for telecommunications infrastructure, monitoring systems, and associated support services are common. Past awards in these categories, especially those involving large-scale facility management or critical infrastructure protection, would provide a benchmark. Without access to detailed historical contract databases filtered for these specific services, a precise comparison is challenging. However, the consistent need for such services suggests ongoing budgetary allocation, with fluctuations based on evolving threats, technological upgrades, and agency priorities. The current award of $11.3 million for a period of less than a year should be viewed against this backdrop of sustained investment in national security and public safety.

How does the per-unit cost of this contract compare to industry benchmarks for telecommunicator and alarm monitoring services?

Determining a precise per-unit cost for this contract is challenging due to the 'Time and Materials' (T&M) pricing structure and the broad description of 'Administrative Management and General Management Consulting Services.' T&M contracts do not have a fixed per-unit price; instead, costs are based on the labor hours expended and the materials used. To benchmark, one would need to estimate the number of labor hours and types of materials anticipated. Industry benchmarks for telecommunicator and alarm monitoring services vary widely based on the complexity of the systems, the number of sites monitored, the required response times, and the level of technical support. For instance, monitoring a single facility might cost a few hundred dollars per month, while managing a nationwide network of critical infrastructure alarms could run into millions annually. Without specific details on the number of personnel, their skill levels, the technology involved, and the scope of facilities covered, a direct per-unit comparison to market rates is not feasible. The value assessment will rely heavily on the contractor's ability to manage T&M costs effectively and deliver services within the overall contract ceiling.

What is Triple Canopy Inc.'s track record with DHS and other federal agencies for similar services?

Triple Canopy Inc. has a significant history of providing security, logistics, and support services to various U.S. federal agencies, including the Department of Defense and the Department of State, often in complex and high-risk environments. Their experience typically encompasses base operations support, security services, and facility management. While specific contracts for 'public safety telecommunicator and alarm monitoring support services' under the DHS Federal Protective Service might not be immediately apparent in public records, their broader portfolio suggests a capability to manage large-scale operational support contracts. Assessing their track record would involve reviewing past performance evaluations, any reported contract disputes or awards, and their demonstrated ability to meet stringent government requirements for reliability, security, and service delivery. Given their established presence as a government contractor, it is likely they possess the necessary infrastructure and expertise to fulfill the requirements of this DHS contract, though a detailed review of their specific performance on similar DHS contracts would provide a more definitive assessment.

What are the primary risks associated with this contract, and what mitigation strategies are in place?

The primary risks associated with this contract include potential cost overruns due to the Time and Materials (T&M) pricing structure, scope creep, and performance deficiencies in critical public safety functions. T&M contracts inherently carry a risk of escalating costs if labor hours or material usage exceed projections or if work is inefficiently performed. Scope creep is a risk because the 'Administrative Management and General Management Consulting Services' designation could lead to the expansion of services beyond the original intent without adequate cost adjustments. Performance deficiencies in telecommunicator or alarm monitoring could have severe consequences for public safety. Mitigation strategies typically involve robust contract oversight by the agency, including detailed monitoring of labor hours and expenditures, clear definition and management of the Statement of Work (SOW), regular performance reviews, and the establishment of performance metrics and service level agreements (SLAs). The agency's procurement team and contracting officers play a critical role in managing these risks through diligent administration and enforcement of contract terms.

How does the geographic scope (Michigan) influence the contract's overall value and risk profile?

The specific mention of 'Michigan' (SN: MICHIGAN) as a service location indicates a defined geographic focus for at least a portion of this contract. This geographic specificity can influence the contract's value and risk profile in several ways. From a value perspective, it allows for more precise cost estimation related to local labor rates, travel, and logistical support within Michigan. It may also enable the contractor to leverage existing regional resources, potentially improving efficiency. However, if the contract requires support across multiple, dispersed locations within Michigan, or if it's one of many locations served nationally, the value proposition needs to be assessed in that broader context. From a risk perspective, a defined geographic area can simplify oversight and performance monitoring. However, it also concentrates risk; any disruptions specific to Michigan (e.g., natural disasters, local labor disputes, specific security threats) could disproportionately impact service delivery. The overall value and risk are also dependent on whether Michigan is the sole location or one of many, and the criticality of the services provided within that state.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative Management and General Management Consulting Services

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 13530 DULLES TECHNOLOGY DR, HERNDON, VA, 20171

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

Financial Breakdown

Contract Ceiling: $11,279,238

Exercised Options: $11,279,238

Current Obligation: $11,279,238

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70RFP324DEH000001

IDV Type: IDC

Timeline

Start Date: 2025-10-01

Current End Date: 2026-05-31

Potential End Date: 2026-05-31 00:00:00

Last Modified: 2026-01-28

More Contracts from Triple Canopy Inc

View all Triple Canopy Inc federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending