DHS awards $11.16M for explosive detection systems, raising questions about competition and value
Contract Overview
Contract Amount: $11,163,439 ($11.2M)
Contractor: Smiths Detection Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2022-07-22
End Date: 2027-12-31
Contract Duration: 1,988 days
Daily Burn Rate: $5.6K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE PURPOSE OF THIS TASK ORDER IS PURCHASE AND INSTALL 7 MEDIUM SPEED EXPLOSIVE DETECTION SYSTEMS (MSEDS) FOR VARIOUS AIRPORT PROJECTS
Place of Performance
Location: SPRINGFIELD, LOUDOUN County, DISTRICT OF COLUMBIA, 20598
Plain-Language Summary
Department of Homeland Security obligated $11.2 million to SMITHS DETECTION INC. for work described as: THE PURPOSE OF THIS TASK ORDER IS PURCHASE AND INSTALL 7 MEDIUM SPEED EXPLOSIVE DETECTION SYSTEMS (MSEDS) FOR VARIOUS AIRPORT PROJECTS Key points: 1. The contract focuses on acquiring and installing explosive detection systems for airports. 2. A significant portion of the funding is allocated to the purchase of these specialized systems. 3. The duration of the contract extends over five years, indicating a long-term need. 4. The sole-source nature of this award warrants scrutiny regarding potential cost efficiencies. 5. The specific type of equipment, Medium Speed Explosive Detection Systems (MSEDS), suggests a niche but critical security requirement. 6. The award is managed by the Transportation Security Administration (TSA) under DHS. 7. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 8. The lack of competition may limit opportunities for price discovery and potentially inflate costs.
Value Assessment
Rating: questionable
The total award of $11.16 million for 7 Medium Speed Explosive Detection Systems (MSEDS) needs further benchmarking. Without competitive bids, it is difficult to assess if this price represents fair market value. The firm fixed-price nature of the contract provides cost certainty but does not inherently guarantee value for money, especially in a sole-source scenario. Comparisons to similar procurements for explosive detection systems by other agencies or in different sectors would be necessary to establish a robust value assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one vendor, Smiths Detection Inc., was solicited. This approach bypasses the standard competitive bidding process, which typically involves multiple vendors submitting proposals. While sole-source awards can be justified for unique capabilities or urgent needs, they limit price discovery and can potentially lead to higher costs for the government compared to a fully competed contract. The rationale for not competing this requirement is not detailed.
Taxpayer Impact: The lack of competition means taxpayers may not be benefiting from the most cost-effective solution available. Without competing offers, the government has less leverage to negotiate favorable pricing, potentially resulting in overspending.
Public Impact
Airports across various locations will benefit from enhanced security through the installation of these detection systems. The primary service delivered is the provision and installation of specialized explosive detection equipment. The geographic impact is likely nationwide, covering multiple airport projects as indicated by 'various airport projects'. The contract supports the government's objective of improving aviation security and mitigating threats. The workforce implications are minimal in terms of direct job creation from this contract, but it supports the existing security workforce at airports.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition and potential cost savings for taxpayers.
- Lack of transparency in the justification for a sole-source procurement.
- Potential for higher unit costs due to the absence of competitive bidding.
- Long contract duration (over 5 years) could lock the government into a specific technology or vendor without ongoing market evaluation.
Positive Signals
- Firm Fixed Price contract shifts cost overrun risk to the contractor.
- Procurement addresses a critical national security need for aviation safety.
- The selected vendor, Smiths Detection Inc., is likely a specialist in this field, implying technical expertise.
- The contract is managed by the TSA, a relevant agency for aviation security.
Sector Analysis
The contract falls within the 'Irradiation Apparatus Manufacturing' sector, which is a niche within the broader industrial and defense manufacturing landscape. This sector is characterized by specialized equipment often used for security, medical, or industrial applications. The market for explosive detection systems is driven by stringent security regulations and evolving threat landscapes, particularly in aviation. While specific market size data for MSEDS is not readily available, the global market for security screening equipment is substantial, with significant government spending driven by counter-terrorism efforts. This contract represents a specific investment in enhancing airport security infrastructure.
Small Business Impact
This contract does not appear to have a small business set-aside component, as indicated by 'sb': false. There is no information provided regarding subcontracting plans for small businesses. Therefore, the direct impact on the small business ecosystem from this specific award is likely minimal. Future analysis could explore whether the prime contractor has a history of subcontracting with small businesses on similar government contracts.
Oversight & Accountability
Oversight for this contract would primarily reside with the Department of Homeland Security (DHS) and its agency, the Transportation Security Administration (TSA). As a sole-source award, the justification and terms would be subject to internal DHS review and potentially oversight from congressional committees. Transparency regarding the sole-source justification and performance metrics would be key to assessing accountability. Inspector General jurisdiction would apply to any allegations of fraud, waste, or abuse related to the contract's execution.
Related Government Programs
- Airport Security Enhancements
- Explosive Detection Technology Procurement
- Homeland Security Equipment Acquisition
- Transportation Security Administration Contracts
- Sole-Source Federal Procurements
Risk Flags
- Sole-source award raises concerns about competition and potential cost overruns.
- Lack of detailed justification for sole-source procurement limits transparency.
- Potential for technological obsolescence over the contract's five-year duration.
- Absence of small business subcontracting requirements may limit economic impact.
Tags
dhs, tsa, transportation-security, aviation-security, explosive-detection-systems, sole-source, firm-fixed-price, irradiation-apparatus-manufacturing, homeland-security, equipment-purchase, district-of-columbia, medium-speed-detection
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $11.2 million to SMITHS DETECTION INC.. THE PURPOSE OF THIS TASK ORDER IS PURCHASE AND INSTALL 7 MEDIUM SPEED EXPLOSIVE DETECTION SYSTEMS (MSEDS) FOR VARIOUS AIRPORT PROJECTS
Who is the contractor on this award?
The obligated recipient is SMITHS DETECTION 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 $11.2 million.
What is the period of performance?
Start: 2022-07-22. End: 2027-12-31.
What is the specific justification for awarding this contract on a sole-source basis to Smiths Detection Inc.?
The provided data does not include the specific justification for the sole-source award. Typically, sole-source procurements are justified under circumstances such as when only one responsible source is available, or when a compelling urgency necessitates bypassing full and open competition. For specialized equipment like Medium Speed Explosive Detection Systems (MSEDS), the justification might stem from unique technological capabilities, proprietary designs, or a lack of viable alternative suppliers meeting the stringent performance requirements set by the TSA. Without the official justification document (e.g., a Justification and Approval or J&A), it is impossible to definitively state the reasons. This lack of transparency is a common concern with sole-source awards, as it limits the public's ability to understand why competitive processes were not utilized.
How does the cost of these 7 MSEDS compare to similar systems or previous procurements?
The total contract value is $11.16 million for 7 MSEDS, averaging approximately $1.6 million per system. However, without competitive bids for this specific procurement, establishing a benchmark for 'value for money' is challenging. To assess comparability, one would need to research historical contract data for similar explosive detection systems procured by the TSA or other federal agencies. Factors such as system speed, detection capabilities, maintenance requirements, and vendor support influence pricing. If comparable systems were procured competitively at a significantly lower per-unit cost, it would indicate potential overpricing in this sole-source award. Conversely, if the capabilities are highly specialized and unique, the higher cost might be justifiable, but this requires detailed technical and market analysis.
What are the key performance requirements and technical specifications for these MSEDS?
The provided data indicates the systems are 'Medium Speed Explosive Detection Systems (MSEDS)' but does not detail their specific performance requirements or technical specifications. These would typically be outlined in the Performance Work Statement (PWS) or Statement of Work (SOW) associated with the contract. Key performance indicators for such systems often include detection limits for various explosive materials, scan speed (which 'medium speed' implies is not the fastest available), false alarm rates, throughput capacity (passengers or bags per hour), power requirements, physical dimensions, and integration capabilities with existing airport infrastructure. Understanding these specifications is crucial for evaluating the system's suitability for its intended purpose and for comparing its capabilities against alternative technologies or vendors.
What is the track record of Smiths Detection Inc. with similar government contracts, particularly for aviation security equipment?
Smiths Detection Inc. is a known entity in the field of security screening technology. A thorough analysis of their track record would involve reviewing their past performance on federal contracts, specifically those involving explosive detection systems for aviation or other critical infrastructure. This includes examining contract award history, past performance evaluations (if publicly available), any documented issues such as contract disputes, overruns, or quality control problems, and their success in delivering similar systems on time and within budget. Their experience with the TSA and other agencies like Customs and Border Protection (CBP) would be particularly relevant. A positive track record suggests a lower risk of performance issues, while a history of problems would raise concerns.
What are the potential risks associated with the long contract duration (ending in 2027)?
The contract duration extends from July 2022 to December 2027, a period of over five years. Potential risks associated with such a long duration include technological obsolescence, where the purchased systems may become outdated before the contract ends due to rapid advancements in detection technology. There's also the risk of vendor lock-in, making it difficult to switch to potentially superior or more cost-effective solutions that emerge later. Furthermore, long-term contracts can sometimes lead to complacency in performance or pricing if oversight is not consistently rigorous. The government might also miss opportunities to leverage new market entrants or innovations that arise during the contract period.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Irradiation Apparatus Manufacturing
Product/Service Code: ALARM, SIGNAL, SECURITY DETECTION
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2202 LAKESIDE BLVD, EDGEWOOD, MD, 21040
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Manufacturer of Goods, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $11,163,439
Exercised Options: $11,163,439
Current Obligation: $11,163,439
Actual Outlays: $6,376,935
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 70T04018D9CAP1035
IDV Type: IDC
Timeline
Start Date: 2022-07-22
Current End Date: 2027-12-31
Potential End Date: 2027-12-31 11:42:38
Last Modified: 2026-01-27
More Contracts from Smiths Detection Inc.
- Jcad Lrip — $324.2M (Department of Defense)
- Production Year 6 — $211.1M (Department of Defense)
- GE Homeland Protection, Inc. Hsts04-05-D-Dep008 Modification: Hsts0408jct3026 Preventative and Correctvie Maintenance for GE CTX Deployed Units. Specifically, CTX 2500, CTX 5500, CTX 9000, and CTX 9400 — $182.1M (Department of Homeland Security)
- Delivery Order 70t04019f5cap1065 (DO3) IS Issued for the Purchase of Medium Speed Explosive Detection Systems (mseds), Ancillary Equipment and Installation to Support Airport Projects Nationwide — $103.8M (Department of Homeland Security)
- Purchase and Installation of Medium Speed Explosive Detection Systems — $98.7M (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)