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: Construction › Building Equipment Contractors › Electrical Contractors and Other Wiring Installation Contractors
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, 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
- 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)