DoD awards $13.6M for security services to Global Security Management Agency, Inc

Contract Overview

Contract Amount: $13,648,239 ($13.6M)

Contractor: Global Security Management Agency, Inc.

Awarding Agency: Department of Defense

Start Date: 2022-10-13

End Date: 2025-12-17

Contract Duration: 1,161 days

Daily Burn Rate: $11.8K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: N105C - PM2 D. POWER SECURITY SERVICES ONBOARD SBX-1

Place of Performance

Location: ANTIOCH, CONTRA COSTA County, CALIFORNIA, 94509

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $13.6 million to GLOBAL SECURITY MANAGEMENT AGENCY, INC. for work described as: N105C - PM2 D. POWER SECURITY SERVICES ONBOARD SBX-1 Key points: 1. Contract awarded to Global Security Management Agency, Inc. for security services. 2. The contract is for the Department of the Navy, a significant sector within DoD. 3. Competition method was 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES', indicating a specific reason for source exclusion. 4. The contract type is 'DEFINITIVE CONTRACT' with a 'FIRM FIXED PRICE' payment. 5. The contract duration is 1161 days, ending in December 2025.

Value Assessment

Rating: fair

The contract value of $13.6M over approximately 3 years for security services appears within a reasonable range for large-scale government contracts. Benchmarking against similar contracts for security guard services would provide a more precise assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The competition method 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' suggests that while full and open competition was intended, specific sources were excluded. This could impact price discovery by limiting the pool of potential bidders.

Taxpayer Impact: The $13.6M awarded represents taxpayer funds allocated for essential security services, with the final price influenced by the limited competitive landscape.

Public Impact

Ensures security for naval operations and personnel. Supports a private sector company providing essential government services. Potential for increased costs due to limited competition. Contract duration extends into late 2025, providing long-term service.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically security and investigation services. Government spending in this area is substantial, driven by national security needs and the protection of federal assets and personnel.

Small Business Impact

The contract was not awarded to a small business, as indicated by 'sb': false. Analysis of the prime contractor's size and any subcontracting opportunities for small businesses would be necessary to assess their impact.

Oversight & Accountability

The 'DEFINITIVE CONTRACT' structure implies a framework agreement, with specific orders placed against it. Oversight would focus on the management of these orders, performance metrics, and adherence to the contract terms by both the agency and Global Security Management Agency, Inc.

Related Government Programs

Risk Flags

Tags

security-guards-and-patrol-services, department-of-defense, ca, definitive-contract, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $13.6 million to GLOBAL SECURITY MANAGEMENT AGENCY, INC.. N105C - PM2 D. POWER SECURITY SERVICES ONBOARD SBX-1

Who is the contractor on this award?

The obligated recipient is GLOBAL SECURITY MANAGEMENT AGENCY, INC..

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Navy).

What is the total obligated amount?

The obligated amount is $13.6 million.

What is the period of performance?

Start: 2022-10-13. End: 2025-12-17.

What was the specific reason for excluding sources in the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' process, and how did it impact the final price?

The specific reason for excluding sources is not detailed in the provided data. Typically, such exclusions are based on unique capabilities, past performance, or specific security clearances required for the service. This limitation on the competitive pool could potentially lead to a higher final price compared to a truly open competition, as fewer bidders may have been eligible to submit proposals.

What are the key performance indicators (KPIs) for these security services, and how is performance being monitored to ensure value for taxpayer money?

Key performance indicators for security services often include response times, incident reporting accuracy, personnel qualifications, and adherence to post orders. The Department of the Navy would likely have established specific KPIs and a robust monitoring system, potentially involving regular performance reviews, site inspections, and feedback mechanisms to ensure the contractor meets contractual obligations and provides effective security.

Given the firm fixed price, what mechanisms are in place to address potential cost overruns or unforeseen circumstances during the contract's 3-year duration?

A firm fixed price contract generally places the risk of cost overruns on the contractor. However, contracts may include clauses for equitable adjustments under specific, unforeseen circumstances (e.g., significant changes in government requirements or force majeure events). The agency's oversight would be crucial in evaluating any requests for adjustments and ensuring they are justified and do not unduly inflate costs.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesInvestigation and Security ServicesSecurity Guards and Patrol Services

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: N3220522R0007

Offers Received: 4

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1781 VINEYARD DR STE 204, ANTIOCH, CA, 94509

Business Categories: 8(a) Program Participant, American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, 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: $13,648,239

Exercised Options: $13,648,239

Current Obligation: $13,648,239

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2022-10-13

Current End Date: 2025-12-17

Potential End Date: 2025-12-17 00:00:00

Last Modified: 2025-12-23

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending