DHS Secret Service awards $2.1M for video wall equipment under GSA schedule, highlighting a need for advanced display technology
Contract Overview
Contract Amount: $2,097,658 ($2.1M)
Contractor: AV3 Inc
Awarding Agency: Department of Homeland Security
Start Date: 2025-12-09
End Date: 2026-02-28
Contract Duration: 81 days
Daily Burn Rate: $25.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 4
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: THIS FIRM FIXED PRICED ORDER FROM GSA#47QSMS24D0029 IS TO PROCURE VIDEO WALL EQUIPMENT.
Place of Performance
Location: CAPITOL HEIGHTS, PRINCE GEORGES County, MARYLAND, 20743
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $2.1 million to AV3 INC for work described as: THIS FIRM FIXED PRICED ORDER FROM GSA#47QSMS24D0029 IS TO PROCURE VIDEO WALL EQUIPMENT. Key points: 1. The contract leverages the GSA schedule, suggesting a streamlined procurement process for standard equipment. 2. Competition was full and open, indicating a healthy market for video wall solutions. 3. The fixed-price nature of the award helps mitigate cost overrun risks for the government. 4. The short duration of the delivery order (approx. 8 months) points to a specific, immediate need. 5. The award falls under 'All Other Professional, Scientific, and Technical Services,' a broad category. 6. The value of the award is moderate within the context of federal IT equipment procurements.
Value Assessment
Rating: good
The $2.1 million award for video wall equipment appears reasonable given the fixed-price structure and the use of a GSA schedule, which typically offers pre-negotiated pricing. Benchmarking against similar GSA schedule orders for video wall systems would provide a more precise value assessment. The absence of extensive service components suggests the primary cost is for the hardware itself.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, utilizing a GSA schedule (47QSMS24D0029). This indicates that multiple vendors had the opportunity to bid on the requirement. The presence of 4 bids suggests a competitive environment, which generally leads to better pricing and selection for the government.
Taxpayer Impact: Full and open competition ensures that taxpayers benefit from a wide range of vendor offerings and potentially lower prices due to market forces.
Public Impact
The U.S. Secret Service will benefit from enhanced visual display capabilities, crucial for monitoring and operational awareness. The contract delivers essential video wall equipment, likely for command centers or briefing rooms. The primary geographic impact is within Maryland, where the equipment will be delivered and likely installed. The contract may have minor workforce implications related to installation and maintenance, but the primary impact is on operational capabilities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if the chosen system requires proprietary components or services for future upgrades.
- Risk of obsolescence if the technology rapidly advances beyond the procured system's capabilities within its lifecycle.
Positive Signals
- Leveraging the GSA schedule streamlines procurement and likely ensures compliance with federal acquisition regulations.
- The fixed-price contract provides cost certainty for the government.
- The use of full and open competition suggests a robust selection process and potential for competitive pricing.
Sector Analysis
The procurement of video wall equipment falls within the broader Information Technology (IT) and professional services sectors. The market for display technology is dynamic, with continuous innovation in resolution, size, and integration capabilities. Federal agencies frequently procure such systems for command and control, situational awareness, and presentation purposes. Spending benchmarks for similar video wall systems can vary significantly based on size, resolution, and features, but multi-million dollar awards are not uncommon for large-scale deployments.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses, and the contractor, AV3 INC, is not explicitly identified as a small business in this context. While the GSA schedule itself can include small business participation, this particular award does not appear to have a small business set-aside component. Subcontracting opportunities for small businesses are possible but not guaranteed or specified in the provided data.
Oversight & Accountability
Oversight for this contract is primarily managed by the Department of Homeland Security (DHS) and the U.S. Secret Service, utilizing the established procurement channels of the General Services Administration (GSA). The GSA schedule contract under which this delivery order was placed has its own oversight mechanisms. Transparency is facilitated through public contract databases. Inspector General jurisdiction would typically fall under DHS for any potential fraud, waste, or abuse related to this expenditure.
Related Government Programs
- GSA Schedule IT Hardware Procurements
- Department of Homeland Security Command and Control Systems
- U.S. Secret Service Operational Technology
- Federal Video Conferencing and Display Solutions
Risk Flags
- Potential for technology obsolescence
- Dependence on specific vendor for support/maintenance
- Integration complexity with existing infrastructure
Tags
it, defense, homeland-security, u.s.-secret-service, delivery-order, firm-fixed-price, full-and-open-competition, gsa-schedule, video-wall, professional-scientific-technical-services, maryland, moderate-value
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $2.1 million to AV3 INC. THIS FIRM FIXED PRICED ORDER FROM GSA#47QSMS24D0029 IS TO PROCURE VIDEO WALL EQUIPMENT.
Who is the contractor on this award?
The obligated recipient is AV3 INC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Secret Service).
What is the total obligated amount?
The obligated amount is $2.1 million.
What is the period of performance?
Start: 2025-12-09. End: 2026-02-28.
What is the track record of AV3 INC in fulfilling federal contracts, particularly for video wall equipment?
A comprehensive review of AV3 INC's federal contract history would be necessary to assess their track record. This would involve examining past performance evaluations, contract completion success rates, and any history of disputes or performance issues. Specifically for video wall equipment, understanding their experience with similar scale and complexity projects for agencies like DHS or other law enforcement entities would be crucial. Without access to detailed past performance data and contract databases beyond the basic award information, a definitive assessment of their track record is not possible from the provided data alone. However, their selection for this GSA schedule order suggests they met the basic qualifications to be on the schedule and potentially had positive past performance considered.
How does the $2.1 million cost compare to similar video wall procurements by federal agencies?
Benchmarking this $2.1 million award requires comparing it against similar video wall procurements by federal agencies, considering factors like the size and number of displays, resolution (e.g., 4K, HD), features (e.g., touch capability, interactive elements), and any associated installation or integration services. Awards for large-scale command center video walls can range from hundreds of thousands to several million dollars. The fact that this is a firm-fixed-price order under a GSA schedule suggests that pricing has been pre-negotiated and vetted. To provide a precise comparison, one would need to analyze data from similar GSA schedule orders or other agency procurements for comparable equipment specifications and quantities. The current data indicates a moderate investment for what is likely a significant display system.
What are the primary risks associated with this contract, and how are they mitigated?
The primary risks associated with this contract include potential technology obsolescence, integration challenges with existing systems, and performance issues with the hardware. Mitigation strategies are evident in the contract structure. The firm-fixed-price nature helps mitigate cost overrun risks. Utilizing a GSA schedule implies that the equipment meets certain federal standards and that the vendor has been vetted. The relatively short delivery period (81 days) suggests a focus on immediate needs, potentially reducing the risk of obsolescence compared to longer-term projects. However, the government should ensure clear performance standards and acceptance criteria are defined in the delivery order to address potential hardware issues.
How effective is the use of the GSA schedule for procuring specialized equipment like video walls?
The use of the GSA schedule for procuring specialized equipment like video walls is generally effective for streamlining the acquisition process, reducing administrative burden, and leveraging pre-negotiated pricing. It allows agencies to quickly obtain necessary technology without conducting a full, open-market solicitation for every requirement. However, the effectiveness can be limited if the specific configurations or advanced features required are not readily available on the schedule, or if the pre-negotiated prices are not as competitive as those achievable through direct negotiation or other contract vehicles. For standard or moderately complex video wall systems, the GSA schedule offers a good balance of speed, compliance, and cost-effectiveness.
What is the historical spending pattern for video wall equipment by the U.S. Secret Service or DHS?
Analyzing historical spending patterns for video wall equipment by the U.S. Secret Service or the broader Department of Homeland Security (DHS) would provide valuable context for this $2.1 million award. Such an analysis would involve querying federal procurement databases (like FPDS or USASpending) for similar contract actions over the past several fiscal years, filtering by agency, product service code (if applicable), and keywords related to video walls or display systems. Understanding the frequency, average award values, and types of contracts used (e.g., GSA schedule, other IDIQs) would reveal trends in technology adoption, budget allocation, and vendor relationships. This $2.1 million award appears to be a significant, but potentially not unprecedented, investment for critical operational needs.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Other Professional, Scientific, and Technical Services › All Other Professional, Scientific, and Technical Services
Product/Service Code: COMM/DETECT/COHERENT RADIATION
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70US0926Q70092582
Offers Received: 4
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 28275 THREE NOTCH RD, MECHANICSVILLE, MD, 20659
Business Categories: American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $2,097,658
Exercised Options: $2,097,658
Current Obligation: $2,097,658
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QSMS24D0029
IDV Type: FSS
Timeline
Start Date: 2025-12-09
Current End Date: 2026-02-28
Potential End Date: 2026-02-28 00:00:00
Last Modified: 2026-01-09
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)