DHS awards $1.48M for perimeter assets, with JADS Productions Inc. securing the contract
Contract Overview
Contract Amount: $14,841 ($14.8K)
Contractor: Jads Productions Inc
Awarding Agency: Department of Homeland Security
Start Date: 2025-11-05
End Date: 2026-04-09
Contract Duration: 155 days
Daily Burn Rate: $96/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PERIMETER ASSETS. 2(D).
Place of Performance
Location: STATEN ISLAND, RICHMOND County, NEW YORK, 10303
State: New York Government Spending
Plain-Language Summary
Department of Homeland Security obligated $14,841 to JADS PRODUCTIONS INC for work described as: PERIMETER ASSETS. 2(D). Key points: 1. The contract value of $1.48 million for perimeter assets appears reasonable given the scope of support services. 2. Full and open competition suggests a competitive bidding process, potentially leading to favorable pricing. 3. The relatively short performance period of 155 days may indicate a focused, short-term need. 4. This contract falls under 'All Other Support Services,' a broad category requiring specific performance metrics for evaluation. 5. The award to JADS PRODUCTIONS INC. warrants review of their past performance in similar service delivery. 6. Geographic focus on New York (NY) suggests localized operational requirements for these perimeter assets.
Value Assessment
Rating: good
The contract value of $1.48 million for perimeter assets, awarded as a purchase order, is within a typical range for specialized support services. Benchmarking against similar contracts for physical security or asset management services would provide a more precise value-for-money assessment. The firm-fixed-price structure helps control costs for the government, as the contractor assumes the risk of cost overruns. However, without detailed service deliverables, a definitive value assessment is challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. The presence of two bids suggests a moderate level of competition for this specific requirement. A higher number of bidders typically correlates with more competitive pricing and a wider range of innovative solutions. The limited number of bidders here might suggest a niche service or specific qualifications required, potentially impacting the breadth of price discovery.
Taxpayer Impact: Full and open competition is generally beneficial for taxpayers as it encourages multiple companies to vie for the contract, driving down prices and improving service quality. Even with two bidders, the competitive process aims to secure the best value.
Public Impact
The U.S. Secret Service benefits from enhanced perimeter security capabilities, crucial for protecting national leaders and facilities. Services delivered likely include the installation, maintenance, or monitoring of physical security assets around sensitive locations. The geographic impact is concentrated in New York (NY), suggesting a specific operational need within that region. Workforce implications may involve specialized technical personnel for the deployment and upkeep of perimeter security systems.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed performance metrics in the provided data makes it difficult to assess the effectiveness of the services.
- The broad 'All Other Support Services' category could mask potential inefficiencies if not tightly managed.
- Limited competition (2 bidders) might indicate a lack of market saturation or high barriers to entry for potential competitors.
Positive Signals
- Awarded under full and open competition, ensuring a fair process and potential for best value.
- Firm-fixed-price contract type provides cost certainty for the government.
- The contract is for essential perimeter assets, directly supporting critical national security functions.
Sector Analysis
This contract falls within the broader 'Support Services' sector, specifically related to security and asset management. The market for perimeter security solutions is diverse, encompassing technology providers, installation services, and maintenance firms. Government spending in this area is driven by the need to protect critical infrastructure and personnel. Comparable spending benchmarks would involve analyzing other contracts for physical security systems, surveillance technology, and access control solutions across various federal agencies.
Small Business Impact
The data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). While JADS PRODUCTIONS INC. may be a small business, the contract was competed broadly. There is no explicit information regarding subcontracting plans for small businesses. Further analysis would be needed to determine if opportunities exist for small businesses to participate in the supply chain or as subcontractors for this requirement.
Oversight & Accountability
Oversight for this contract would primarily reside with the U.S. Secret Service, the end-user agency, and the Department of Homeland Security. As a purchase order, it likely falls under standard procurement regulations and agency-specific internal controls. Transparency is generally maintained through public contract databases like FPDS. Inspector General oversight would apply if specific concerns regarding waste, fraud, or abuse arise during the contract's performance or closeout.
Related Government Programs
- Physical Security Systems
- Facility Support Services
- Asset Management Services
- National Security Infrastructure
- Department of Homeland Security Procurement
Risk Flags
- Limited competition (2 bidders) may indicate potential market concentration or high barriers to entry.
- Short contract duration (155 days) could pose risks if installation or long-term effectiveness is critical.
- Broad 'All Other Support Services' category requires careful monitoring to ensure specific performance objectives are met.
Tags
dhs, u.s.-secret-service, perimeter-security, support-services, purchase-order, firm-fixed-price, full-and-open-competition, new-york, jads-productions-inc, national-security
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $14,841 to JADS PRODUCTIONS INC. PERIMETER ASSETS. 2(D).
Who is the contractor on this award?
The obligated recipient is JADS PRODUCTIONS 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 $14,841.
What is the period of performance?
Start: 2025-11-05. End: 2026-04-09.
What is the specific nature of the 'perimeter assets' being procured, and what are their intended functions?
The provided data classifies this contract under NAICS code 561990, 'All Other Support Services,' and specifies the subject as 'PERIMETER ASSETS. 2(D).' This broad classification suggests the assets could range from physical barriers (fencing, walls), surveillance equipment (cameras, sensors), access control systems, or even integrated security platforms designed to monitor and control access to a defined area. Without more specific product or service codes, or a detailed statement of work, the exact nature and function remain generalized. Typically, such assets are intended to enhance physical security, prevent unauthorized entry, detect intrusions, and provide situational awareness for security personnel.
How does the $1.48 million contract value compare to similar perimeter security solutions procured by the government?
Benchmarking the $1.48 million contract value requires comparing it against similar procurements for perimeter security assets and services. Given the 'All Other Support Services' classification and a 155-day duration, this likely represents a specific project or a short-term service need rather than a large-scale, multi-year deployment. Contracts for large-scale security system installations can range from hundreds of thousands to millions of dollars, depending on the technology, scale, and geographic coverage. A firm-fixed-price purchase order for a defined set of assets or services, as indicated here, suggests a controlled cost. However, without access to detailed statements of work and specific deliverables for comparable contracts, a precise value-for-money assessment is difficult. The number of bids (2) also suggests a potentially specialized market.
What is JADS PRODUCTIONS INC.'s track record with the Department of Homeland Security and similar contracts?
Assessing JADS PRODUCTIONS INC.'s track record is crucial for understanding their capability to deliver on this contract. Publicly available data (like FPDS) would need to be consulted to review their past performance history, particularly with the Department of Homeland Security (DHS) and the U.S. Secret Service. Key indicators include the number of previous contracts, their values, the types of services rendered, and any performance ratings or past performance evaluations. A history of successful, on-time, and within-budget delivery of similar support services would be a positive signal. Conversely, any documented issues, contract disputes, or negative performance reviews would raise concerns about their reliability for this specific perimeter asset requirement.
What are the potential risks associated with a short contract duration (155 days) for perimeter assets?
A short contract duration of 155 days for perimeter assets could present several risks. If the assets require significant installation or integration, the timeline might be insufficient for thorough deployment and testing, potentially leading to rushed work or incomplete implementation. This could compromise the effectiveness of the security perimeter. Furthermore, if the assets are intended for long-term use, a short contract might necessitate a subsequent, potentially costly, follow-on contract or require the government to quickly procure replacements. It could also indicate a temporary need or a pilot program, which, while not inherently risky, requires clear objectives and transition planning to ensure continuity of security operations beyond the contract period.
How does the 'full and open competition' with only two bidders impact price discovery and potential value for taxpayers?
While 'full and open competition' is the preferred method, having only two bidders suggests a potentially limited market for this specific requirement. This can impact price discovery because fewer competitors mean less pressure to offer the lowest possible price. If the two bidders are not highly competitive or if they represent a small pool of qualified providers, the government might not achieve the most aggressive pricing. For taxpayers, this could translate to a higher cost than if a more robustly competed contract had been awarded. However, the firm-fixed-price nature of the award helps mitigate cost overruns, and the quality of the two bidders' proposals would still be evaluated to ensure value is obtained.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Other Support Services › All Other Support Services
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 236 ARLINGTON AVE, STATEN ISLAND, NY, 10303
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $14,841
Exercised Options: $14,841
Current Obligation: $14,841
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-11-05
Current End Date: 2026-04-09
Potential End Date: 2026-04-09 00:00:00
Last Modified: 2026-04-09
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)