DHS awards $173.5M for CAT production units, warranties, and batteries to IDEMIA

Contract Overview

Contract Amount: $17,353,887 ($17.4M)

Contractor: Idemia Identity & Security USA LLC

Awarding Agency: Department of Homeland Security

Start Date: 2020-04-08

End Date: 2026-09-20

Contract Duration: 2,356 days

Daily Burn Rate: $7.4K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: THE PURPOSE OF THIS DELIVERY ORDER IS TO PURCHASE CAT PRODUCTION UNITS (CLIN 0003), ASSOCIATED WARRANTIES (CLIN 0007), AND BATTERIES (CLIN 0010).

Place of Performance

Location: RESTON, FAIRFAX County, VIRGINIA, 20190

State: Virginia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $17.4 million to IDEMIA IDENTITY & SECURITY USA LLC for work described as: THE PURPOSE OF THIS DELIVERY ORDER IS TO PURCHASE CAT PRODUCTION UNITS (CLIN 0003), ASSOCIATED WARRANTIES (CLIN 0007), AND BATTERIES (CLIN 0010). Key points: 1. Contract awarded to IDEMIA IDENTITY & SECURITY USA LLC for critical security equipment. 2. The contract spans over 6 years, indicating a long-term need for these units. 3. Competition method is 'Full and Open', suggesting a potentially competitive pricing environment. 4. The sector is 'Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing'.

Value Assessment

Rating: fair

The contract is a Firm Fixed Price delivery order. Without specific unit pricing or comparison data, it's difficult to definitively assess value. However, the duration and total value suggest a significant investment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, which generally promotes competitive pricing. The specific impact on price discovery is not detailed, but the method implies multiple bidders were considered.

Taxpayer Impact: Taxpayer funds are being used for essential security equipment. The fixed-price nature aims to control costs, but ongoing monitoring is needed to ensure value for money.

Public Impact

Enhances border security and transportation safety through advanced detection technology. Supports national security by providing critical identification and security systems. Long-term contract ensures sustained availability of essential equipment for DHS operations.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the specialized manufacturing sector for search and detection instruments. Spending in this area is driven by national security needs and technological advancements in surveillance and identification.

Small Business Impact

The data indicates this contract was not set aside for small businesses and does not provide information on small business subcontracting. Further analysis would be needed to determine small business participation.

Oversight & Accountability

The contract is a delivery order under a larger award, suggesting it has undergone some level of review. However, the specific oversight mechanisms for this particular order and its long duration warrant attention.

Related Government Programs

Risk Flags

Tags

search-detection-navigation-guidance-aer, department-of-homeland-security, va, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $17.4 million to IDEMIA IDENTITY & SECURITY USA LLC. THE PURPOSE OF THIS DELIVERY ORDER IS TO PURCHASE CAT PRODUCTION UNITS (CLIN 0003), ASSOCIATED WARRANTIES (CLIN 0007), AND BATTERIES (CLIN 0010).

Who is the contractor on this award?

The obligated recipient is IDEMIA IDENTITY & SECURITY USA LLC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $17.4 million.

What is the period of performance?

Start: 2020-04-08. End: 2026-09-20.

What is the average per-unit cost for the CAT production units, and how does it compare to industry benchmarks?

The provided data does not include a per-unit cost breakdown for the CAT production units. To assess value, a comparison with similar systems from other manufacturers or historical pricing data would be necessary. Without this, it's difficult to determine if the $173.5 million award represents a competitive price.

What are the specific risks associated with a 6-year contract for production units and batteries?

A 6-year contract carries risks such as technological obsolescence, potential increases in material costs, and vendor performance degradation over time. Ensuring robust contract management, performance metrics, and contingency plans for supply chain disruptions or quality issues is crucial to mitigate these risks.

How effectively does this contract support the TSA's mission of ensuring transportation security?

This contract directly supports the TSA's mission by procuring essential CAT production units, warranties, and batteries. These systems are likely critical for screening and identification processes, thereby enhancing security. The long-term nature suggests a sustained operational need, implying effectiveness in maintaining security capabilities.

Industry Classification

NAICS: ManufacturingNavigational, Measuring, Electromedical, and Control Instruments ManufacturingSearch, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing

Product/Service Code: ALARM, SIGNAL, SECURITY DETECTION

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 11951 FREEDOM DR FL 18, RESTON, VA, 20190

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

Financial Breakdown

Contract Ceiling: $18,585,202

Exercised Options: $17,353,887

Current Obligation: $17,353,887

Actual Outlays: $3,628,994

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: HSTS0414DCT2002

IDV Type: IDC

Timeline

Start Date: 2020-04-08

Current End Date: 2026-09-20

Potential End Date: 2027-09-20 03:53:07

Last Modified: 2025-09-12

More Contracts from Idemia Identity & Security USA LLC

View all Idemia Identity & Security USA LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending