DHS Awards $98K for IDS Installation at Federal Building, Competed Under SAP
Contract Overview
Contract Amount: $98,235 ($98.2K)
Contractor: AES Systems Inc
Awarding Agency: Department of Homeland Security
Start Date: 2025-09-16
End Date: 2028-11-30
Contract Duration: 1,171 days
Daily Burn Rate: $84/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: SECTION 2(D) NON-COVERED CONTRACT. INSTALLATION OF NEW IDS FOR GEORGE E. BROWN, JR. FEDERAL BUILDING AND UNITED STATES COURTHOUSE
Place of Performance
Location: RIVERSIDE, RIVERSIDE County, CALIFORNIA, 92501
Plain-Language Summary
Department of Homeland Security obligated $98,234.77 to AES SYSTEMS INC for work described as: SECTION 2(D) NON-COVERED CONTRACT. INSTALLATION OF NEW IDS FOR GEORGE E. BROWN, JR. FEDERAL BUILDING AND UNITED STATES COURTHOUSE Key points: 1. Spending is modest at $98,234.77 for a critical security upgrade. 2. AES Systems Inc. secured the contract, indicating potential vendor concentration. 3. The contract is for installation of a new Intrusion Detection System (IDS). 4. Competition was under Simplified Acquisition Procedures (SAP), suggesting smaller scale.
Value Assessment
Rating: good
The price of $98,234.77 appears reasonable for the installation of a new IDS for a federal building. Benchmarking against similar, smaller-scale security system installations suggests this falls within expected cost ranges.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under Simplified Acquisition Procedures (SAP), which typically involves a limited number of offers. While competed, the SAP process may not achieve the same level of price discovery as full and open competition.
Taxpayer Impact: The taxpayer impact is minimal given the relatively small contract value and the essential nature of the security upgrade.
Public Impact
Enhances security at the George E. Brown, Jr. Federal Building and United States Courthouse. Ensures protection against unauthorized access and potential threats. Supports the operational integrity of a key federal facility.
Waste & Efficiency Indicators
Waste Risk Score: 84 / 10
Warning Flags
- Limited competition due to SAP.
- Potential vendor lock-in if AES Systems Inc. is the sole provider of this specific IDS.
Positive Signals
- Essential security upgrade.
- Firm Fixed Price contract provides cost certainty.
- Competed, albeit under SAP.
Sector Analysis
This contract falls within the Security Systems Services sector, specifically for Intrusion Detection Systems. Spending in this area is driven by federal mandates for facility security and modernization efforts.
Small Business Impact
The contract was awarded to AES Systems Inc. There is no explicit indication of small business participation or set-aside in the provided data.
Oversight & Accountability
Oversight would typically be managed by the Department of Homeland Security's Office of Procurement Operations. The firm fixed price contract and defined period of performance provide a framework for accountability.
Related Government Programs
- Security Systems Services (except Locksmiths)
- Department of Homeland Security Contracting
- Office of Procurement Operations Programs
Risk Flags
- Potential for limited competition.
- Lack of detailed technical specifications.
- No explicit mention of small business utilization.
- Absence of defined performance metrics.
Tags
security-systems-services-except-locksmi, department-of-homeland-security, ca, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $98,234.77 to AES SYSTEMS INC. SECTION 2(D) NON-COVERED CONTRACT. INSTALLATION OF NEW IDS FOR GEORGE E. BROWN, JR. FEDERAL BUILDING AND UNITED STATES COURTHOUSE
Who is the contractor on this award?
The obligated recipient is AES SYSTEMS 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 $98,234.77.
What is the period of performance?
Start: 2025-09-16. End: 2028-11-30.
What is the specific type of IDS being installed and its capabilities?
The provided data does not specify the exact model or capabilities of the Intrusion Detection System (IDS). Further details would be needed to assess its technological sophistication and suitability for the federal building's security requirements. Understanding the specific features is crucial for evaluating its long-term effectiveness and potential for future upgrades.
What was the basis for using Simplified Acquisition Procedures (SAP) for this contract?
Simplified Acquisition Procedures (SAP) are typically used for purchases below a certain dollar threshold (currently $250,000 for most agencies). The contract value of $98,234.77 falls well within this range, making SAP an appropriate procurement method. This allows for a faster and less burdensome acquisition process compared to full and open competition.
Are there any performance metrics or service level agreements associated with the IDS installation and maintenance?
The provided data does not detail specific performance metrics or service level agreements (SLAs) for the IDS installation and its ongoing operation. While the contract is firm fixed price, understanding expected uptime, response times for alerts, and maintenance schedules is important for ensuring the system's effectiveness and the security of the federal building.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Security Systems Services (except Locksmiths)
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION OF EQUIPMENT
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 70RFPW25QW9000009
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1167 N 450 W, SPRINGVILLE, UT, 84663
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $112,851
Exercised Options: $98,235
Current Obligation: $98,235
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-09-16
Current End Date: 2028-11-30
Potential End Date: 2028-11-30 00:00:00
Last Modified: 2026-04-03
More Contracts from AES Systems Inc
- Installation of NEW IDS Door Contacts for Phillip Burton Federal Building — $11.9K (Department of Homeland Security)
- Replace NON Functioning Avigilon Cameras With Specified Existing Avigilon Cameras. Other Equipment Does NOT Need to BE Brand Name. Sole Source Justification (J&A) FY25-00174 Received on 8/6/2025 — $10.5K (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)