Homeland Security awards $51.9M for rifle-resistant plates, enhancing CBP officer protection

Contract Overview

Contract Amount: $51,974 ($52.0K)

Contractor: Leading Technology Composites Inc

Awarding Agency: Department of Homeland Security

Start Date: 2025-09-08

End Date: 2030-09-07

Contract Duration: 1,825 days

Daily Burn Rate: $28/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: ACQUISITION OF RIFLE ROUND RESISTANT PLATES FOR CBP SCALABLE BODY ARMOR. APPROVED SEC. 4(A).

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20528

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $51,974.32 to LEADING TECHNOLOGY COMPOSITES INC for work described as: ACQUISITION OF RIFLE ROUND RESISTANT PLATES FOR CBP SCALABLE BODY ARMOR. APPROVED SEC. 4(A). Key points: 1. Value for money appears reasonable given the critical nature of ballistic protection. 2. Full and open competition suggests a competitive bidding process was utilized. 3. Contract duration of five years indicates a long-term need for these critical supplies. 4. The contract is for a specific item, suggesting focused procurement rather than broad services. 5. Performance context is tied to the safety and effectiveness of CBP officers. 6. Sector positioning is within the defense and security manufacturing industry.

Value Assessment

Rating: good

The contract value of $51.9 million over five years for rifle-resistant plates is a significant investment in officer safety. Benchmarking against similar contracts for ballistic protection is challenging without specific technical specifications and quantities. However, the firm-fixed-price structure suggests that the government has locked in a price, which can be advantageous if market prices increase. The award to a single contractor, Leading Technology Composites Inc., implies they were selected based on competitive factors, but further analysis would be needed to confirm if the pricing is optimal compared to other potential suppliers.

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. This method is generally preferred as it maximizes the pool of potential offerors and fosters a competitive environment. The number of bidders is not specified, but the use of full and open competition suggests a robust process aimed at achieving the best value for the government. This approach typically leads to more competitive pricing and a wider range of technical solutions.

Taxpayer Impact: Taxpayers benefit from full and open competition through potentially lower prices due to vigorous bidding. It also ensures that the government is not limited to a single provider, promoting innovation and preventing vendor lock-in.

Public Impact

Customs and Border Protection (CBP) officers will benefit from enhanced ballistic protection. The services delivered include the acquisition of essential safety equipment. Geographic impact is likely nationwide, covering CBP operations across the United States. Workforce implications are positive, directly contributing to the safety and morale of law enforcement personnel.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the defense and security manufacturing sector, specifically focusing on personal protective equipment. The market for ballistic protection is driven by government demand, particularly from law enforcement and military agencies. Spending in this area is often influenced by threat assessments and the need to equip personnel with the latest protective technologies. Comparable spending benchmarks would depend on the specific type and quantity of plates procured, but significant government contracts for body armor are common.

Small Business Impact

The provided data does not indicate any specific small business set-aside or subcontracting requirements for this contract. As it was awarded under full and open competition, it is possible that small businesses could have participated as prime contractors or subcontractors. However, without further details on the bidding process and awardee's subcontracting plan, the direct impact on the small business ecosystem remains unclear.

Oversight & Accountability

The Office of the Inspector General (OIG) for the Department of Homeland Security (DHS) provides oversight for contracts awarded by the agency. This contract will be subject to standard DHS procurement regulations and oversight mechanisms. Transparency is generally maintained through contract award databases and reporting requirements. The OIG's role includes auditing and investigating to ensure funds are used appropriately and contracts meet their objectives.

Related Government Programs

Risk Flags

Tags

homeland-security, department-of-homeland-security, customs-and-border-protection, body-armor, personal-protective-equipment, rifle-resistant-plates, firm-fixed-price, full-and-open-competition, leading-technology-composites-inc, apparel-accessories-and-other-apparel-manufacturing, district-of-columbia, delivery-order

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $51,974.32 to LEADING TECHNOLOGY COMPOSITES INC. ACQUISITION OF RIFLE ROUND RESISTANT PLATES FOR CBP SCALABLE BODY ARMOR. APPROVED SEC. 4(A).

Who is the contractor on this award?

The obligated recipient is LEADING TECHNOLOGY COMPOSITES INC.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (Office of the Inspector General).

What is the total obligated amount?

The obligated amount is $51,974.32.

What is the period of performance?

Start: 2025-09-08. End: 2030-09-07.

What is the specific type and performance rating of the rifle-resistant plates being acquired?

The provided data does not specify the exact type or performance rating (e.g., NIJ level) of the rifle-resistant plates. This information is critical for a comprehensive value assessment, as different levels of protection have varying costs and are designed to stop different types of threats. Understanding the specific ballistic standards the plates must meet would allow for a more accurate comparison to market prices and similar government procurements. Without these details, it is difficult to definitively assess if the $51.9 million award represents optimal value for the required level of protection.

How many bids were received for this contract, and what was the range of proposed prices?

The data indicates the contract was awarded under 'FULL AND OPEN COMPETITION,' which implies that multiple bids were solicited and considered. However, the specific number of bids received and the range of proposed prices are not publicly available in the provided summary. Knowing the number of competitors and their pricing would offer significant insight into the competitiveness of the bidding process and whether the final award price was indeed the most advantageous. A high number of bids typically suggests strong competition and potentially better pricing for the government.

What is the track record of Leading Technology Composites Inc. in supplying similar ballistic protection to government agencies?

Leading Technology Composites Inc. is the awardee for this contract. Information regarding their specific track record in supplying similar ballistic protection to government agencies, including past performance evaluations, delivery history, and any prior issues or successes, is not detailed in the provided summary. A thorough assessment of their experience and reliability in fulfilling such critical safety equipment contracts would be necessary to fully evaluate the risk associated with this award and to confirm their capability to meet the contract's demands effectively.

How does the per-unit cost of these plates compare to industry benchmarks or previous government purchases?

The provided data does not include the quantity of plates being purchased, which prevents the calculation of a per-unit cost. Without this crucial information, it is impossible to benchmark the per-unit cost against industry standards or previous government acquisitions. To perform such an analysis, one would need the total contract value ($51.9 million), the total number of plates to be delivered over the five-year period, and the specific performance rating of those plates. This would then allow for a comparison with publicly available pricing data for similar ballistic protection.

What are the potential risks associated with a five-year contract for body armor, considering evolving threats and technology?

A five-year contract for body armor carries inherent risks related to technological obsolescence and evolving threat landscapes. Body armor technology is subject to continuous research and development, and threats can change, potentially rendering existing armor less effective over time. The government must ensure that the contract includes provisions for upgrades or the ability to procure newer, more advanced materials if necessary. Furthermore, material science advancements could lead to lighter, more protective, or more cost-effective solutions becoming available during the contract period, which might not be captured by the current fixed-price agreement.

Industry Classification

NAICS: ManufacturingApparel Accessories and Other Apparel ManufacturingApparel Accessories and Other Apparel Manufacturing

Product/Service Code: CLOTHING, INDIVIDUAL EQUIPMENT, INSIGNA, AND JEWELRY

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: 2626 W MAY ST, WICHITA, KS, 67213

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $246,813

Exercised Options: $77,916

Current Obligation: $51,974

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70B06C24D00000014

IDV Type: IDC

Timeline

Start Date: 2025-09-08

Current End Date: 2030-09-07

Potential End Date: 2030-09-07 00:00:00

Last Modified: 2026-04-09

More Contracts from Leading Technology Composites Inc

View all Leading Technology Composites Inc federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending