Army awards $11.35M for safety and rescue equipment to Red Sled Inc
Contract Overview
Contract Amount: $16,149,015 ($16.1M)
Contractor: Redsled Inc
Awarding Agency: Department of Defense
Start Date: 2006-05-23
End Date: 2009-02-27
Contract Duration: 1,011 days
Daily Burn Rate: $16.0K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: 200608!600928!2100!W15QKN!TACOM - PICATINNY !W15QKN06C0147 !A!N! !N! ! !20060523!20061130!113503903!113503903!113503903!N!RED SLED INC !3706 SW 30 AVE !FORT LAUDERDAL !FL!33312!24000!011!12!FORT LAUDERDALE !BROWARD !FLORIDA !+000004242000!N!N!000008955000!4240!SAFETY AND RESCUE EQUIPMENT !C9E!ALL OTHER SUPPLIES AND EQUIPMENT !000 !NOT DISCERNABLE !314911!E! !3! ! ! ! ! !99990909!B! ! !A! !D!U!J!1!001!N!1A!Z!N!Z! ! !N!B!Y!N! ! !Z! !A!A!000!A!B!N! ! ! ! ! ! !0001! !
Place of Performance
Location: FORT LAUDERDALE, BROWARD County, FLORIDA, 33312
State: Florida Government Spending
Plain-Language Summary
Department of Defense obligated $16.1 million to REDSLED INC for work described as: 200608!600928!2100!W15QKN!TACOM - PICATINNY !W15QKN06C0147 !A!N! !N! ! !20060523!20061130!113503903!113503903!113503903!N!RED SLED INC !3706 SW 30 AVE !FORT LAUDERDAL !FL!33312!24000!011!12!FORT LAUDERDALE !BROW… Key points: 1. Contract awarded for safety and rescue equipment, indicating a need for specialized gear. 2. The award was not competed, raising questions about potential cost savings and market exploration. 3. A single award suggests limited market engagement or a specific capability requirement. 4. The contract duration of approximately 2.8 years implies a steady demand for these supplies. 5. The value of the contract is moderate, suggesting it's not a large-scale, enterprise-wide procurement. 6. The specific item classification (Textile Bag Mills) may require further investigation for precise application.
Value Assessment
Rating: questionable
The contract value of $11.35 million for safety and rescue equipment is difficult to benchmark without more specific details on the items procured. Given that it was not competed, there is a higher risk that the pricing may not reflect the best value. Comparisons to similar non-competed contracts would be necessary to assess if the price is reasonable. The lack of competition limits the ability to determine if this represents a fair market price.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as 'NOT COMPETED,' indicating a sole-source or limited competition scenario. The data does not specify the number of bidders, but the 'NOT COMPETED' designation strongly suggests only one responsible source was identified or available. This approach bypasses the typical competitive bidding process, which can lead to higher prices and reduced innovation.
Taxpayer Impact: For taxpayers, a sole-source award means there's a reduced likelihood of achieving the lowest possible price through market competition. This can result in a less efficient use of public funds compared to a fully competed contract.
Public Impact
Personnel within the Department of the Army, likely those involved in hazardous operations or emergency response, are the primary beneficiaries of this equipment. The contract delivers essential safety and rescue equipment, crucial for personnel protection and operational readiness. The geographic impact is primarily within the operational areas of the Department of the Army, potentially worldwide. Workforce implications include ensuring the safety and effectiveness of military personnel through the provision of reliable equipment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition limits price discovery and potential cost savings for taxpayers.
- Sole-source awards can sometimes indicate a lack of market research or a reliance on a single vendor.
- The specific nature of 'safety and rescue equipment' could be subject to rapid technological changes, making a non-competed award potentially outdated.
Positive Signals
- The award ensures the provision of critical safety and rescue equipment, fulfilling an essential operational need.
- The contract is with a specific entity (Red Sled Inc.), suggesting they possess the required capabilities for these specialized items.
- The fixed-price contract type provides cost certainty for the government once the price is agreed upon.
Sector Analysis
The procurement of safety and rescue equipment falls under the broader defense and government supplies sector. This sector is characterized by stringent quality and performance requirements, often with specialized manufacturers. While the total market size for safety and rescue equipment is substantial, this specific contract represents a niche within the larger defense procurement landscape. Comparable spending benchmarks would typically involve analyzing other contracts for similar specialized safety gear awarded by various government agencies.
Small Business Impact
The data indicates this contract was not competed and does not specify any small business set-aside provisions. Therefore, it is unlikely that small businesses were directly targeted for this award. There is no information provided regarding subcontracting opportunities for small businesses. The impact on the small business ecosystem is likely minimal unless Red Sled Inc. itself is a small business and utilizes small business subcontractors, which is not detailed here.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of the Army's contracting and program management offices. Accountability measures would be tied to the delivery of specified equipment according to the contract terms and conditions. Transparency is limited due to the sole-source nature of the award, as fewer details are typically released compared to competed contracts. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Department of Defense Procurement
- Army Safety Equipment
- Rescue Gear Procurement
- Sole Source Contracts
- Federal Supply Classification 314911
Risk Flags
- Sole Source Award
- Lack of Competition
- Potential for Overpricing
- Limited Transparency
Tags
defense, department-of-the-army, safety-and-rescue-equipment, sole-source, firm-fixed-price, not-competed, red-sled-inc, florida, supplies, equipment
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $16.1 million to REDSLED INC. 200608!600928!2100!W15QKN!TACOM - PICATINNY !W15QKN06C0147 !A!N! !N! ! !20060523!20061130!113503903!113503903!113503903!N!RED SLED INC !3706 SW 30 AVE !FORT LAUDERDAL !FL!33312!24000!011!12!FORT LAUDERDALE !BROWARD !FLORIDA !+000004242000!N!N!000008955000!4240!SAFETY AND RESCUE EQUIPMENT !C9E!ALL OTHER SUPPLIES AND EQUIPMENT !000 !NOT DISCERNABLE !314911!E! !3! ! ! ! ! !999
Who is the contractor on this award?
The obligated recipient is REDSLED INC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Army).
What is the total obligated amount?
The obligated amount is $16.1 million.
What is the period of performance?
Start: 2006-05-23. End: 2009-02-27.
What specific types of safety and rescue equipment were procured under this contract?
The contract data identifies the National Stock Number (NSN) category as 314911, which corresponds to 'Textile Bag Mills.' However, the description also broadly states 'SAFETY AND RESCUE EQUIPMENT.' Without further details or access to the contract's statement of work, it is difficult to ascertain the precise nature of the equipment. It could range from specialized protective clothing and harnesses to emergency shelters or survival gear. The 'Textile Bag Mills' classification might indicate the primary material or a specific type of bag used in rescue operations, such as casualty evacuation bags or equipment containment systems. Further investigation into the contract line item details would be required for a definitive answer.
Why was this contract awarded on a sole-source basis instead of being competed?
The contract was designated as 'NOT COMPETED,' which implies that the Army determined that only one source was reasonably available or could meet the requirement. Common justifications for sole-source awards include unique capabilities, urgent and compelling needs where competition is impractical, or if the item is only available from a single manufacturer. Without the specific justification documented by the contracting officer, the exact reason remains unknown. However, such decisions are typically made when a specific brand, technology, or highly specialized service is required that cannot be met by multiple vendors in the market, or when the cost of competition is deemed prohibitive relative to the contract value.
How does the price of $11.35 million compare to similar safety and rescue equipment procurements?
Benchmarking this $11.35 million contract is challenging without knowing the exact items procured. However, as a sole-source award, there is an inherent risk that the price may be higher than if it had been competed. To perform a meaningful comparison, one would need to identify other contracts for similar safety and rescue equipment, ideally those awarded through full and open competition. Analyzing the price per unit or per capability against market research data or other government contracts would be necessary. Given the lack of competition, it's difficult to definitively state if this represents good value for money without further analysis of comparable items and pricing.
What is the track record of Red Sled Inc. in supplying the federal government?
Red Sled Inc. was awarded this $11.35 million contract for safety and rescue equipment. Information on their broader track record with the federal government is not detailed in the provided data snippet. To assess their performance history, one would need to examine other contracts awarded to Red Sled Inc. across various federal agencies, looking at factors such as contract values, types of goods or services provided, past performance reviews, and any history of disputes or terminations. A comprehensive review would help determine if they have a consistent record of successful delivery and compliance with government requirements.
What are the potential risks associated with this sole-source contract?
The primary risks associated with this sole-source contract include potential overpricing due to the lack of competition, limited innovation from the vendor as there is no competitive pressure, and a potential lack of transparency in the procurement process. There's also a risk that the government may become overly reliant on a single vendor for critical equipment. Furthermore, if the justification for the sole-source award was not robust, it could indicate potential inefficiencies or a failure to adequately explore the market. Ensuring strict oversight and performance monitoring is crucial to mitigate these risks.
How does this contract fit into the broader spending patterns for safety and rescue equipment within the Department of the Army?
This $11.35 million contract represents a specific procurement for safety and rescue equipment by the Department of the Army. To understand its place in broader spending patterns, one would need to analyze historical spending data for similar equipment categories (e.g., NSN 314911 or related safety/rescue items) over several fiscal years. Comparing the value of this contract to the total annual spending on such equipment would indicate its relative significance. Additionally, examining whether this is a recurring need or a one-time purchase would provide further context on its role within the Army's overall equipment acquisition strategy.
Industry Classification
NAICS: Manufacturing › Other Textile Product Mills › Textile Bag Mills
Product/Service Code: FIRE/RESCUE/SAFETY; ENVIRO PROTECT
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: W15QKN06R0147
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3706 SW 30 AVE, FORT LAUDERDAL, FL
Business Categories: Category Business, Small Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $14,850,315
Exercised Options: $14,850,315
Current Obligation: $16,149,015
Contract Characteristics
Cost or Pricing Data: NO
Timeline
Start Date: 2006-05-23
Current End Date: 2009-02-27
Potential End Date: 2009-02-27 00:00:00
Last Modified: 2008-11-26
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)