DHS Awards $3.78M for TSA Freedom Center Lifecycle Replacements to CFM Project Consulting Group Inc

Contract Overview

Contract Amount: $3,784,195 ($3.8M)

Contractor: CFM Project Consulting Group Inc

Awarding Agency: Department of Homeland Security

Start Date: 2025-09-29

End Date: 2026-09-29

Contract Duration: 365 days

Daily Burn Rate: $10.4K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: S1 APPROVED. LIFECYCLE REPLACEMENTS AT THE TSA FREEDOM CENTER, INCLUDING UPS, HVAC, POWER DISTRIBUTION UNITS, AND STATIC SWITCHES.

Place of Performance

Location: HERNDON, FAIRFAX County, VIRGINIA, 20171

State: Virginia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $3.8 million to CFM PROJECT CONSULTING GROUP INC for work described as: S1 APPROVED. LIFECYCLE REPLACEMENTS AT THE TSA FREEDOM CENTER, INCLUDING UPS, HVAC, POWER DISTRIBUTION UNITS, AND STATIC SWITCHES. Key points: 1. The contract focuses on critical infrastructure upgrades at the TSA Freedom Center, including UPS, HVAC, and power distribution. 2. CFM Project Consulting Group Inc. secured the award through full and open competition. 3. The contract is a firm-fixed-price purchase order with a duration of 365 days. 4. This spending addresses essential maintenance and replacement of aging electrical and power systems.

Value Assessment

Rating: good

The award amount of $3.78M for electrical contractors and wiring installation appears reasonable for lifecycle replacements of critical infrastructure like UPS and HVAC systems. Benchmarking against similar federal contracts for facility modernization would provide further validation.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded using full and open competition, suggesting a robust price discovery process. This method typically leads to competitive pricing as multiple qualified vendors had the opportunity to bid.

Taxpayer Impact: Taxpayer funds are being used efficiently through a competitive bidding process for essential infrastructure upgrades, ensuring value for money.

Public Impact

Ensures continued operational efficiency and reliability of critical TSA facilities. Supports the modernization of essential power and climate control systems. Contributes to the safety and security of transportation operations by maintaining infrastructure.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Positive Signals

  • Full and open competition utilized
  • Firm fixed price contract type
  • Essential infrastructure upgrade

Sector Analysis

This contract falls under the Electrical Contractors and Other Wiring Installation Contractors sector. Federal spending in this area often involves maintenance, repair, and upgrades of government facilities, with costs varying based on project scope and complexity.

Small Business Impact

The contract was awarded through full and open competition and does not indicate specific set-asides for small businesses. Further analysis would be needed to determine if small businesses participated in the bidding process or were subcontracted.

Oversight & Accountability

The award is a purchase order issued by the Department of Homeland Security for the Transportation Security Administration. Standard procurement oversight processes would apply to ensure contract performance and financial accountability.

Related Government Programs

  • Electrical Contractors and Other Wiring Installation Contractors
  • Department of Homeland Security Contracting
  • Transportation Security Administration Programs

Risk Flags

  • Potential for cost overruns if unforeseen issues arise during installation.
  • Dependence on a single contractor for critical infrastructure replacement.
  • Limited visibility into detailed cost allocation per system component.

Tags

electrical-contractors-and-other-wiring-, department-of-homeland-security, va, purchase-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $3.8 million to CFM PROJECT CONSULTING GROUP INC. S1 APPROVED. LIFECYCLE REPLACEMENTS AT THE TSA FREEDOM CENTER, INCLUDING UPS, HVAC, POWER DISTRIBUTION UNITS, AND STATIC SWITCHES.

Who is the contractor on this award?

The obligated recipient is CFM PROJECT CONSULTING GROUP INC.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (Transportation Security Administration).

What is the total obligated amount?

The obligated amount is $3.8 million.

What is the period of performance?

Start: 2025-09-29. End: 2026-09-29.

What is the specific breakdown of costs for UPS, HVAC, and other components within the $3.78M award?

The provided data does not detail the cost breakdown per component. A comprehensive analysis would require access to the detailed contract line item numbers (CLINs) or a more granular budget allocation. Understanding this breakdown is crucial for assessing the value for money on individual system replacements and identifying potential areas of overspending or cost savings.

What is the historical performance record of CFM Project Consulting Group Inc. on similar federal contracts?

Information on CFM Project Consulting Group Inc.'s past performance is not included in the provided data. A thorough risk assessment would involve reviewing their contract history, past performance evaluations (e.g., CPARS), and any reported issues on previous government projects to gauge their reliability and capability for this specific task.

Are there any identified risks associated with the aging infrastructure being replaced, and how does this contract mitigate them?

The contract addresses the risk of failure or reduced efficiency from aging infrastructure by funding lifecycle replacements. Potential risks mitigated include power outages affecting TSA operations, HVAC failures impacting sensitive equipment or personnel, and general system unreliability. The firm-fixed-price nature of the contract helps manage cost risks associated with these replacements.

Industry Classification

NAICS: ConstructionBuilding Equipment ContractorsElectrical Contractors and Other Wiring Installation Contractors

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 70T01025Q7668N003

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 255 NAJOLES ROAD, MILLERSVILLE, MD, 21108

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $3,784,195

Exercised Options: $3,784,195

Current Obligation: $3,784,195

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2025-09-29

Current End Date: 2026-09-29

Potential End Date: 2026-09-29 12:00:00

Last Modified: 2026-02-13

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending