DoD's $14.1M IESS Support contract awarded to Trofholz Technologies, Inc. for security systems services

Contract Overview

Contract Amount: $14,161,731 ($14.2M)

Contractor: Trofholz Technologies, Inc.

Awarding Agency: Department of Defense

Start Date: 2020-10-20

End Date: 2026-02-19

Contract Duration: 1,948 days

Daily Burn Rate: $7.3K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: IESS SUPPORT

Place of Performance

Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92155

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $14.2 million to TROFHOLZ TECHNOLOGIES, INC. for work described as: IESS SUPPORT Key points: 1. Contract value represents a significant investment in security systems services for U.S. Special Operations Command. 2. The contract was awarded under full and open competition after exclusion of sources, suggesting a deliberate procurement strategy. 3. A duration of 1948 days indicates a long-term need for these security services. 4. The firm fixed-price contract type aims to provide cost certainty for the government. 5. The North American Industry Classification System (NAICS) code 561621 points to specialized security systems services. 6. The contract's performance period spans from late 2020 to early 2026, aligning with evolving security requirements.

Value Assessment

Rating: good

Benchmarking the value of this $14.1 million contract requires detailed comparison to similar security systems services contracts within the Department of Defense and specifically for U.S. Special Operations Command. Given the specialized nature of security systems, pricing can vary significantly based on technology, scope, and geographic coverage. The firm fixed-price structure suggests an effort to control costs, but without specific service details or performance metrics, a definitive value-for-money assessment is challenging. However, the competitive award process implies that pricing was scrutinized against market rates.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This procurement method indicates that while the competition was intended to be broad, specific sources may have been excluded based on pre-defined criteria or previous performance. The exact number of bidders is not provided, but this approach suggests a more targeted competition than a purely open solicitation, potentially leading to a smaller pool of qualified offerors.

Taxpayer Impact: This procurement strategy aims to balance the benefits of competition with the need for specialized capabilities, potentially resulting in a fair price for taxpayers by ensuring multiple vendors had an opportunity to bid while meeting stringent requirements.

Public Impact

The primary beneficiaries are U.S. Special Operations Command personnel and assets, who will receive enhanced security through advanced systems. The contract delivers essential security systems services, likely encompassing installation, maintenance, and monitoring of critical infrastructure. Geographic impact is likely concentrated within areas of operation for U.S. Special Operations Command, both domestically and potentially internationally. Workforce implications may include specialized technical roles for installing and maintaining sophisticated security systems, potentially creating jobs in the security technology sector.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for vendor lock-in if specialized systems are deployed.
  • Risk of cost overruns if scope creep occurs despite fixed-price contract.
  • Dependence on a single contractor for critical security infrastructure.

Positive Signals

  • Firm fixed-price contract provides budget certainty.
  • Long-term contract duration allows for sustained security posture.
  • Competitive award process suggests a vetted and capable contractor.

Sector Analysis

The security systems services sector is a critical component of the broader defense and government contracting industry. This contract falls under the NAICS code 561621, which covers security systems services excluding locksmiths. The market is characterized by specialized technology, high security requirements, and significant government spending. Comparable spending benchmarks would involve analyzing other large-scale security system procurements by agencies like the Department of Defense, Department of Homeland Security, and intelligence agencies, considering the specific technologies and service levels involved.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses arising from a set-aside. However, the prime contractor, Trofholz Technologies, Inc., may engage small businesses as subcontractors if it aligns with their strategy and the contract's technical requirements, contributing to the broader small business ecosystem.

Oversight & Accountability

Oversight for this contract would typically be managed by the U.S. Special Operations Command contracting office and program managers. Accountability measures are embedded within the firm fixed-price contract terms, requiring delivery of specified services. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse related to the contract.

Related Government Programs

  • Department of Defense Information Technology Services
  • Special Operations Forces Support Contracts
  • Physical Security Systems Procurement
  • Government Security Services Contracts

Risk Flags

  • Potential for vendor lock-in
  • Dependence on specialized technology
  • Long-term contract duration requires sustained oversight

Tags

defense, department-of-defense, u.s.-special-operations-command, security-systems-services, full-and-open-competition, firm-fixed-price, delivery-order, california, large-contract, it-services, security-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $14.2 million to TROFHOLZ TECHNOLOGIES, INC.. IESS SUPPORT

Who is the contractor on this award?

The obligated recipient is TROFHOLZ TECHNOLOGIES, INC..

Which agency awarded this contract?

Awarding agency: Department of Defense (U.S. Special Operations Command).

What is the total obligated amount?

The obligated amount is $14.2 million.

What is the period of performance?

Start: 2020-10-20. End: 2026-02-19.

What is the track record of Trofholz Technologies, Inc. with the Department of Defense and U.S. Special Operations Command?

Trofholz Technologies, Inc. has a history of contracting with the U.S. government, including the Department of Defense. Analyzing their past performance on similar contracts, particularly those involving security systems and support for special operations, is crucial. This includes reviewing past contract values, performance ratings, and any documented issues or successes. A deeper dive into their portfolio would reveal their experience in delivering complex security solutions and their ability to meet stringent government requirements. Their sustained engagement with SOCOM suggests a level of trust and proven capability in providing essential services.

How does the pricing of this contract compare to similar security systems services contracts awarded by the DoD?

A comprehensive comparison of pricing for this $14.1 million contract against similar security systems services contracts awarded by the DoD is complex without granular data on the specific services rendered, technology deployed, and geographic scope. However, the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' award mechanism suggests that pricing was evaluated against a competitive landscape. Benchmarking would involve identifying contracts with comparable NAICS codes (561621), contract types (firm fixed-price), and agencies (DoD components). Factors like the duration (1948 days) and the specialized nature of U.S. Special Operations Command requirements influence cost. A preliminary assessment indicates the pricing is likely aligned with market rates for specialized, long-term security solutions, but a definitive conclusion requires detailed comparative analysis.

What are the primary risks associated with this contract, and how are they being mitigated?

Key risks associated with this contract include potential vendor lock-in due to specialized security systems, the possibility of scope creep impacting the firm fixed-price budget, and dependence on a single contractor for critical security functions. Mitigation strategies likely involve robust contract management by U.S. Special Operations Command, including detailed performance monitoring, clear change control processes, and regular reviews of system performance and maintenance. The competitive award process itself mitigates the risk of selecting an unqualified vendor. Furthermore, contingency planning and periodic re-evaluation of the security landscape can help address evolving threats and ensure the continued effectiveness of the security systems.

How effective is the chosen procurement strategy ('FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES') in ensuring value for money for this security systems contract?

The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' strategy aims to balance broad competition with the need for specific capabilities. By excluding certain sources, the DoD likely targeted vendors with proven expertise in specialized security systems relevant to U.S. Special Operations Command. This approach can lead to a more focused competition among highly qualified bidders, potentially driving competitive pricing while ensuring technical requirements are met. While it may result in fewer bidders than a purely open competition, it can prevent the inclusion of non-viable offers, streamlining the evaluation process and potentially yielding better value by securing a capable contractor at a fair price. The effectiveness hinges on the justification for source exclusion and the rigor of the remaining competition.

What are the historical spending patterns for security systems services by U.S. Special Operations Command?

Analyzing historical spending patterns for security systems services by U.S. Special Operations Command (SOCOM) is essential for contextualizing the $14.1 million awarded to Trofholz Technologies, Inc. This involves examining SOCOM's budget allocations and contract awards for similar services over the past several fiscal years. Understanding trends in spending, average contract values, and the prevalence of different procurement methods (e.g., full and open, sole source) provides insight into SOCOM's investment priorities and contracting strategies in this domain. Significant year-over-year increases or decreases in spending could indicate shifts in operational needs or threat assessments. This historical data serves as a benchmark for evaluating the current contract's scale and significance within SOCOM's overall security posture.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesInvestigation and Security ServicesSecurity Systems Services (except Locksmiths)

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: H9224020R0005

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 250 TECHNOLOGY WAY, ROCKLIN, CA, 95765

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $14,161,731

Exercised Options: $14,161,731

Current Obligation: $14,161,731

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: H9224021D0001

IDV Type: IDC

Timeline

Start Date: 2020-10-20

Current End Date: 2026-02-19

Potential End Date: 2026-02-19 00:00:00

Last Modified: 2026-01-12

More Contracts from Trofholz Technologies, Inc.

View all Trofholz Technologies, Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending