DoD awards $19.4M letter contract for urgent fire suppression systems for route clearance vehicles

Contract Overview

Contract Amount: $19,425,646 ($19.4M)

Contractor: Kidde Technologies Inc

Awarding Agency: Department of Defense

Start Date: 2007-11-16

End Date: 2009-12-31

Contract Duration: 776 days

Daily Burn Rate: $25.0K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: PROPOSE TO ISSUE A LETTER CONTRACT IN ORDER TO PURCHASE FIRE AND EXPLOSION SUPPRESSION SYSTEMS,PLUS TEST SUPPORT AND INSTALLATION TRAINING. THIS REQUIREMENT SUPPORTS OPERATION ENDURING FREEDOM AND OPERATION IRAQI FREEDOM. THESE KITS WILL BE INSTALLED IN ROUTE CLEARANCE VEHICLES,WHICH INCLUDE THE RG 31, BUFFALO AND HUSKY. THIS IS AN URGENT REQUIREMENT.

Place of Performance

Location: GOLETA, SANTA BARBARA County, CALIFORNIA, 93117

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $19.4 million to KIDDE TECHNOLOGIES INC for work described as: PROPOSE TO ISSUE A LETTER CONTRACT IN ORDER TO PURCHASE FIRE AND EXPLOSION SUPPRESSION SYSTEMS,PLUS TEST SUPPORT AND INSTALLATION TRAINING. THIS REQUIREMENT SUPPORTS OPERATION ENDURING FREEDOM AND OPERATION IRAQI FREEDOM. THESE KITS WILL BE INSTALLED IN ROUTE CLEARANCE VEHICLES,W… Key points: 1. Contract awarded under urgent circumstances to support ongoing overseas operations. 2. Focus on critical safety equipment for specialized military vehicles. 3. Potential for follow-on work based on performance and evolving needs. 4. Limited competition due to urgent and specific nature of the requirement. 5. Contract duration extends over two years, indicating sustained support. 6. High dollar value for specialized suppression systems and associated services.

Value Assessment

Rating: fair

The contract value of $19.4 million for fire and explosion suppression systems, test support, and installation training appears substantial. Benchmarking this against similar specialized military equipment is challenging without more detailed specifications. However, given the urgent nature and the specific application for route clearance vehicles in active combat zones, the pricing may reflect the immediate need and specialized technology required. Further analysis would require comparing unit costs for the suppression systems and training to industry standards for similar protective equipment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed, indicating a sole-source award. The justification for this approach likely stems from the urgent requirement to support Operation Enduring Freedom and Operation Iraqi Freedom, necessitating rapid procurement of critical safety equipment. The lack of competition means that price discovery through market forces was bypassed, and the government relied on negotiation to establish a fair price. This approach is typically reserved for situations where only one source can meet the urgent need.

Taxpayer Impact: The absence of competition means taxpayers may not have benefited from the cost savings that could arise from a competitive bidding process. The government's ability to secure the best possible price was limited by the sole-source nature of the award.

Public Impact

Personnel operating RG-31, Buffalo, and Husky route clearance vehicles will benefit from enhanced safety. Provides critical fire and explosion suppression systems to mitigate risks in combat zones. Supports ongoing military operations in Operation Enduring Freedom and Operation Iraqi Freedom. Ensures operational readiness of key vehicles used for route clearance missions.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Urgent requirement may have led to less rigorous price negotiation.
  • Sole-source award limits opportunities for cost savings through competition.
  • Dependence on a single contractor for critical safety equipment.

Positive Signals

  • Addresses a critical safety need for personnel in high-risk environments.
  • Supports vital military operations with essential equipment.
  • Contract includes necessary training and test support for effective deployment.

Sector Analysis

The defense sector is characterized by complex and specialized equipment procurement, often driven by urgent operational needs. This contract for fire and explosion suppression systems fits within the broader category of vehicle protection and safety systems. The market for such specialized defense equipment can be limited, with a few key manufacturers possessing the necessary technology and certifications. The value of this contract, while significant, is within the range of specialized military hardware procurements, especially those tied to active combat support.

Small Business Impact

This contract does not appear to have a small business set-aside component, as indicated by the 'ss' and 'sb' fields being false. The primary contractor, Kidde Technologies Inc., is likely a large business. There is no explicit information regarding subcontracting opportunities for small businesses within this award. Therefore, the direct impact on the small business ecosystem from this specific contract is likely minimal, unless the prime contractor voluntarily engages small businesses for support services.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Defense's contracting and program management offices. Given the letter contract and urgent nature, initial oversight would focus on the rapid delivery of essential systems and ensuring the contractor meets the immediate requirements. Accountability measures would involve performance monitoring against contract milestones and deliverables. Transparency might be limited due to the classified or operational sensitivity of the supported missions, but contract actions and basic details are generally publicly available.

Related Government Programs

  • Mine-Resistant Ambush Protected (MRAP) Vehicle Programs
  • Tactical Wheeled Vehicle Programs
  • Explosive Ordnance Disposal (EOD) Equipment
  • Military Vehicle Survivability Enhancements

Risk Flags

  • Urgent Requirement
  • Sole Source Award
  • Letter Contract

Tags

defense, department-of-defense, department-of-the-army, fire-protection, letter-contract, sole-source, urgent-requirement, route-clearance-vehicles, operation-enduring-freedom, operation-iraqi-freedom, firm-fixed-price, california

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $19.4 million to KIDDE TECHNOLOGIES INC. PROPOSE TO ISSUE A LETTER CONTRACT IN ORDER TO PURCHASE FIRE AND EXPLOSION SUPPRESSION SYSTEMS,PLUS TEST SUPPORT AND INSTALLATION TRAINING. THIS REQUIREMENT SUPPORTS OPERATION ENDURING FREEDOM AND OPERATION IRAQI FREEDOM. THESE KITS WILL BE INSTALLED IN ROUTE CLEARANCE VEHICLES,WHICH INCLUDE THE RG 31, BUFFALO AND HUSKY. THIS IS AN URGENT REQUIREMENT.

Who is the contractor on this award?

The obligated recipient is KIDDE TECHNOLOGIES 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 $19.4 million.

What is the period of performance?

Start: 2007-11-16. End: 2009-12-31.

What is the specific technology behind the fire and explosion suppression systems being procured, and are there alternative technologies available?

The provided data does not detail the specific technology of the fire and explosion suppression systems. However, such systems typically involve a combination of sensors to detect rapid temperature increases or pressure waves indicative of an explosion or fire, and a suppressant agent (e.g., halon alternatives, foam, or dry chemicals) that is rapidly deployed to extinguish or contain the threat. Given the 'NOT COMPETED' status and urgent requirement, it's plausible that the selected technology was deemed the most suitable or readily available solution to meet the immediate operational needs for the RG-31, Buffalo, and Husky vehicles. Alternative technologies might exist, but the procurement's urgency and specific application likely narrowed the viable options for this particular contract.

How does the $19.4 million contract value compare to historical spending on similar fire suppression systems for military vehicles?

Direct historical spending comparisons for this specific type of fire and explosion suppression system on route clearance vehicles are not readily available in the provided data. The $19.4 million value is for a letter contract with a duration of 776 days (approximately two years), including test support and installation training. This suggests a significant investment in safety and survivability for critical assets. Without knowing the exact number of systems procured, the specific capabilities, and the associated services, a precise benchmark is difficult. However, specialized military hardware, especially for survivability in combat zones, often commands high unit costs due to stringent performance requirements, durability, and integration complexities.

What are the key risks associated with awarding a letter contract for such a critical safety system?

Awarding a letter contract, especially for a critical safety system, carries several risks. Firstly, the lack of full competition means the government may not achieve the lowest possible price, potentially leading to higher costs for taxpayers. Secondly, the urgency often associated with letter contracts can lead to less thorough technical evaluation and negotiation, increasing the risk of accepting a system that is not optimally suited or is overpriced. Thirdly, there's a risk of contractor performance issues, as the full terms and conditions might not be finalized upfront. Finally, reliance on a single source for a critical component can create vulnerabilities if the contractor faces production delays, quality control issues, or financial instability.

What is the expected impact of these suppression systems on the operational effectiveness and survivability of the RG-31, Buffalo, and Husky vehicles?

The installation of fire and explosion suppression systems is expected to significantly enhance the survivability and operational effectiveness of the RG-31, Buffalo, and Husky route clearance vehicles. These vehicles are frequently exposed to threats such as Improvised Explosive Devices (IEDs) and ambushes, which can result in fires or explosions. The suppression systems are designed to rapidly detect and extinguish or contain such events, thereby protecting the vehicle's occupants, preventing catastrophic damage to the vehicle, and allowing the mission to continue or be aborted safely. This directly contributes to force protection and the overall success of route clearance operations in hazardous environments.

What is the track record of Kidde Technologies Inc. in providing similar defense systems or supporting urgent military requirements?

The provided data identifies Kidde Technologies Inc. as the contractor but does not offer specific details about their track record, particularly concerning defense systems or urgent military requirements. To assess their reliability, one would need to examine their past performance on similar contracts, including delivery timeliness, quality of products/services, and adherence to budget. Information regarding their experience with fire suppression systems, integration into military vehicles, and their capacity to handle urgent, large-scale procurements would be crucial for a comprehensive evaluation of their suitability for this contract.

Industry Classification

NAICS: Public AdministrationJustice, Public Order, and Safety ActivitiesFire Protection

Product/Service Code: FIRE CONTROL EQPT.

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: RTX Corp (UEI: 001344142)

Address: 163 AERO CAMINO, GOLETA, CA, 24

Business Categories: Category Business, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $19,425,646

Exercised Options: $19,425,646

Current Obligation: $19,425,646

Contract Characteristics

Cost or Pricing Data: YES

Timeline

Start Date: 2007-11-16

Current End Date: 2009-12-31

Potential End Date: 2009-12-31 00:00:00

Last Modified: 2014-06-06

More Contracts from Kidde Technologies Inc

View all Kidde Technologies Inc federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending