DOE awards $2.75M for counter nuclear smuggling systems, supporting critical national security infrastructure

Contract Overview

Contract Amount: $2,750,859 ($2.8M)

Contractor: Seatech Global Security Solutions

Awarding Agency: Department of Energy

Start Date: 2025-07-11

End Date: 2026-07-10

Contract Duration: 364 days

Daily Burn Rate: $7.6K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 2

Pricing Type: COST PLUS FIXED FEE

Sector: Other

Official Description: TASKS INCLUDE DESIGN, INTEGRATION, CONSTRUCTION, COMMUNICATIONS, LOGISTICS, TRAINING, AND EQUIPMENT PROCUREMENT TO SUPPORT THE DEPLOYMENT OF COUNTER NUCLEAR SMUGGLING SYSTEMS. EXAMPLES OF COUNTER NUCLEAR SMUGGLING SYSTEM COMPONENTS INCLUDE BUT ARE NO

Place of Performance

Location: RICHLAND, BENTON County, WASHINGTON, 99354

State: Washington Government Spending

Plain-Language Summary

Department of Energy obligated $2.8 million to SEATECH GLOBAL SECURITY SOLUTIONS for work described as: TASKS INCLUDE DESIGN, INTEGRATION, CONSTRUCTION, COMMUNICATIONS, LOGISTICS, TRAINING, AND EQUIPMENT PROCUREMENT TO SUPPORT THE DEPLOYMENT OF COUNTER NUCLEAR SMUGGLING SYSTEMS. EXAMPLES OF COUNTER NUCLEAR SMUGGLING SYSTEM COMPONENTS INCLUDE BUT ARE NO Key points: 1. Contract supports a broad range of technical services including design, integration, and equipment procurement. 2. The contract's duration of 364 days suggests a focused, short-term effort for specific system deployment. 3. The 'All Other Professional, Scientific, and Technical Services' NAICS code indicates a diverse scope of work. 4. The award was made under full and open competition, suggesting a robust market for these specialized services. 5. The cost-plus-fixed-fee contract type allows for flexibility while managing contractor profit. 6. This contract contributes to the national effort to prevent nuclear material smuggling.

Value Assessment

Rating: good

The contract value of $2.75 million for a one-year period for specialized technical services appears reasonable given the critical nature of counter nuclear smuggling systems. Benchmarking against similar complex technical integration and procurement contracts is challenging due to the unique national security focus. However, the scope, encompassing design, integration, training, and equipment, suggests a comprehensive approach that justifies the investment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded using full and open competition, indicating that multiple vendors were likely invited to bid. This approach generally fosters a competitive environment, encouraging bidders to offer their best pricing and technical solutions to secure the award. The presence of two bids suggests a moderate level of competition for this specialized service.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it typically drives down costs and ensures the government receives the most advantageous offers available in the market.

Public Impact

The primary beneficiaries are national security agencies and the public, through enhanced protection against nuclear material smuggling. Services delivered include design, integration, communications, logistics, training, and equipment procurement for counter nuclear smuggling systems. The geographic impact is likely national, focusing on deployment and support of critical infrastructure. Workforce implications include the need for highly specialized technical personnel in areas like systems engineering, logistics, and security.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for scope creep in a cost-plus-fixed-fee contract if not tightly managed.
  • Reliance on specialized expertise may limit the pool of qualified contractors.
  • Ensuring effective integration of diverse components and services is a technical challenge.

Positive Signals

  • Awarded through full and open competition, indicating a healthy market and potential for competitive pricing.
  • Clear definition of tasks including design, integration, and procurement suggests a well-defined project scope.
  • The contract supports a critical national security mission, aligning with government priorities.

Sector Analysis

This contract falls within the Professional, Scientific, and Technical Services sector, specifically under the 'All Other Professional, Scientific, and Technical Services' category (NAICS 541990). This broad category encompasses a wide array of specialized services. The market for counter nuclear smuggling systems is niche, driven by government demand for advanced security technologies and expertise. Comparable spending benchmarks are difficult to establish due to the unique nature of nuclear security, but this contract represents a focused investment in a critical area of national security.

Small Business Impact

The data indicates that small business participation (ss: false, sb: false) was not a specific set-aside requirement for this contract. Therefore, the primary focus was on full and open competition. There is no explicit information regarding subcontracting plans for small businesses. The impact on the small business ecosystem is likely minimal unless large prime contractors engage small businesses for specialized support not detailed in the award data.

Oversight & Accountability

Oversight for this contract will likely be managed by the Department of Energy's program officials responsible for counter nuclear smuggling initiatives. Accountability measures would be tied to the delivery order's performance requirements and milestones. Transparency is facilitated through the contract award process itself, with public availability of contract data. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

  • Department of Energy Nuclear Security Programs
  • Department of Homeland Security Border Security Technology
  • National Nuclear Security Administration Programs
  • Federal Law Enforcement Equipment Procurement

Risk Flags

  • Potential for scope creep due to broad NAICS code
  • Reliance on specialized technical expertise
  • Need for stringent cost oversight with CPFF contract type

Tags

department-of-energy, national-security, technical-services, systems-integration, equipment-procurement, counter-nuclear-smuggling, full-and-open-competition, cost-plus-fixed-fee, delivery-order, washington-dc, professional-services, scientific-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Energy awarded $2.8 million to SEATECH GLOBAL SECURITY SOLUTIONS. TASKS INCLUDE DESIGN, INTEGRATION, CONSTRUCTION, COMMUNICATIONS, LOGISTICS, TRAINING, AND EQUIPMENT PROCUREMENT TO SUPPORT THE DEPLOYMENT OF COUNTER NUCLEAR SMUGGLING SYSTEMS. EXAMPLES OF COUNTER NUCLEAR SMUGGLING SYSTEM COMPONENTS INCLUDE BUT ARE NO

Who is the contractor on this award?

The obligated recipient is SEATECH GLOBAL SECURITY SOLUTIONS.

Which agency awarded this contract?

Awarding agency: Department of Energy (Department of Energy).

What is the total obligated amount?

The obligated amount is $2.8 million.

What is the period of performance?

Start: 2025-07-11. End: 2026-07-10.

What is the track record of SEATECH GLOBAL SECURITY SOLUTIONS with the Department of Energy or similar agencies?

Information regarding SEATECH GLOBAL SECURITY SOLUTIONS' specific track record with the Department of Energy or similar agencies is not provided in the given data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes on previous government contracts. This would include examining their experience with complex technical integration, logistics, and procurement, particularly in sensitive areas like national security. Without this historical data, it is difficult to fully gauge their capability and reliability for this specific counter nuclear smuggling systems contract.

How does the $2.75 million value compare to similar counter nuclear smuggling system contracts?

Direct comparisons for counter nuclear smuggling system contracts are challenging due to the specialized and often classified nature of the technology and services involved. The $2.75 million value for a one-year delivery order (364 days) for design, integration, communications, logistics, training, and equipment procurement appears to be a focused investment. Broader system development or large-scale deployment contracts could range significantly higher. This specific award suggests a need for targeted support or a component of a larger, multi-year initiative. Benchmarking would ideally involve analyzing similar, publicly disclosed contracts for specialized security technology integration and support, considering factors like system complexity, scope of services, and contract duration.

What are the primary risks associated with the 'All Other Professional, Scientific, and Technical Services' NAICS code for this contract?

The primary risks associated with the 'All Other Professional, Scientific, and Technical Services' (NAICS 541990) code for this contract revolve around the broad and potentially undefined scope of work. This category can encompass a wide array of activities, increasing the risk of scope creep if not meticulously managed through clear performance work statements and milestones. There's also a risk related to the availability of specialized expertise, as this code covers diverse technical fields. Ensuring the contractor possesses the precise, high-level skills required for counter nuclear smuggling systems, including design, integration, and logistics, is crucial. Effective oversight is necessary to confirm that all services rendered align strictly with the contract's objectives and national security requirements.

What does the 'Cost Plus Fixed Fee' (CPFF) contract type imply for program effectiveness and cost control?

The Cost Plus Fixed Fee (CPFF) contract type implies that the contractor is reimbursed for all allowable costs incurred, plus a predetermined fixed fee representing profit. This structure is often used when the scope of work cannot be precisely defined at the outset or involves significant uncertainty, such as research and development or complex system integration. For program effectiveness, CPFF can incentivize the contractor to perform the required work diligently to earn their fee. However, it places a greater burden on the government to closely monitor costs and ensure they are reasonable and allocable to the contract. Cost control relies heavily on robust government oversight, detailed cost accounting, and negotiation of the fixed fee. While it allows for flexibility, it carries a higher risk of cost overruns compared to fixed-price contracts if not managed stringently.

How does the contract duration of 364 days influence the project's objectives and potential for follow-on work?

A contract duration of 364 days suggests a focused, project-based effort rather than a long-term sustainment or operational contract. This timeframe is suitable for specific tasks such as system design, integration, initial deployment, or a defined phase of a larger program. It implies that the immediate objectives are achievable within a year. The short duration also means that the government may need to consider future contracts for ongoing support, maintenance, upgrades, or subsequent phases of deployment. This could represent a stepping stone for follow-on work, contingent on the successful completion and performance demonstrated under this initial award.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesOther Professional, Scientific, and Technical ServicesAll Other Professional, Scientific, and Technical Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 2

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 3200 GEORGE WASHINGTON WAY STE D, RICHLAND, WA, 99354

Business Categories: Alaskan Native Corporation Owned Firm, Category Business, Minority Owned Business, Native American Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $11,919,604

Exercised Options: $6,299,307

Current Obligation: $2,750,859

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 89233124DNA000056

IDV Type: IDC

Timeline

Start Date: 2025-07-11

Current End Date: 2026-07-10

Potential End Date: 2032-07-10 00:00:00

Last Modified: 2026-03-30

More Contracts from Seatech Global Security Solutions

View all Seatech Global Security Solutions federal contracts →

Other Department of Energy Contracts

View all Department of Energy contracts →

Explore Related Government Spending