DoD Awards $4.06M Contract for ICIDS-VI Work to Evergreen Fire Alarms LLC

Contract Overview

Contract Amount: $5,495,197 ($5.5M)

Contractor: Evergreen Fire Alarms LLC

Awarding Agency: Department of Defense

Start Date: 2024-06-11

End Date: 2026-12-31

Contract Duration: 933 days

Daily Burn Rate: $5.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: FORT LEONARD WOOD ICIDS-VI WORK IAW SOW AT SECTION J WITH A 30-MONTH POP AND A CEILING OF $4,057,238.43.

Place of Performance

Location: TACOMA, PIERCE County, WASHINGTON, 98444

State: Washington Government Spending

Plain-Language Summary

Department of Defense obligated $5.5 million to EVERGREEN FIRE ALARMS LLC for work described as: FORT LEONARD WOOD ICIDS-VI WORK IAW SOW AT SECTION J WITH A 30-MONTH POP AND A CEILING OF $4,057,238.43. Key points: 1. Contract awarded for Integrated Command and Control Systems (ICIDS-VI) work. 2. Evergreen Fire Alarms LLC is the sole awardee. 3. The contract has a 30-month period of performance. 4. The ceiling value is $4,057,238.43. 5. The contract type is Firm Fixed Price.

Value Assessment

Rating: fair

The contract ceiling is $4.06 million for 30 months. Without specific unit costs or a detailed breakdown of services, it's difficult to benchmark against similar contracts. The value appears moderate for the stated period and scope.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES'. This suggests a competitive process occurred, but specific details on why sources were excluded are not provided. The pricing discovery may be impacted by this exclusion.

Taxpayer Impact: Taxpayer funds are being used for essential command and control systems. The competitive nature, even with exclusions, aims to secure reasonable pricing.

Public Impact

Enhances critical command and control infrastructure at Fort Leonard Wood. Supports military readiness and operational effectiveness. Ensures reliable communication systems for personnel. Potential impact on local economy through contract execution.

Waste & Efficiency Indicators

Waste Risk Score: 59 / 10

Warning Flags

  • Limited competition details
  • Unclear exclusion rationale

Positive Signals

  • Firm Fixed Price contract
  • Defined period of performance

Sector Analysis

This contract falls under Other Communications Equipment Manufacturing. Spending in this sector is crucial for national defense and infrastructure modernization. Benchmarks vary widely based on technology and scale.

Small Business Impact

The data indicates the awardee is Evergreen Fire Alarms LLC. It is unclear from the provided information if this is a small business or if small business subcontracting opportunities are included in the contract.

Oversight & Accountability

The Department of the Army, under the Department of Defense, is responsible for oversight. The contract specifies a Statement of Work (SOW) and a defined period, providing a framework for accountability.

Related Government Programs

  • Other Communications Equipment Manufacturing
  • Department of Defense Contracting
  • Department of the Army Programs

Risk Flags

  • Limited competition details
  • Potential for higher costs due to source exclusion
  • Lack of specific performance metrics in summary data
  • Unclear small business participation

Tags

other-communications-equipment-manufactu, department-of-defense, wa, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $5.5 million to EVERGREEN FIRE ALARMS LLC. FORT LEONARD WOOD ICIDS-VI WORK IAW SOW AT SECTION J WITH A 30-MONTH POP AND A CEILING OF $4,057,238.43.

Who is the contractor on this award?

The obligated recipient is EVERGREEN FIRE ALARMS LLC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $5.5 million.

What is the period of performance?

Start: 2024-06-11. End: 2026-12-31.

What specific technologies or services does ICIDS-VI encompass, and how do they align with current military communication needs?

ICIDS-VI likely refers to the Integrated Command and Control Systems, Version VI. These systems are crucial for managing battlefield information, coordinating troop movements, and enabling secure communications. Their alignment with current needs would depend on the specific functionalities offered, such as real-time data processing, network interoperability, and cybersecurity features, ensuring they meet evolving operational requirements.

What were the specific reasons for excluding other potential sources in the competition, and did this exclusion impact the final price?

The provided data states 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' without detailing the reasons for exclusion. Typically, exclusions might be due to specific technical requirements, existing security clearances, or unique capabilities. Without this information, it's impossible to definitively state if the exclusion impacted price discovery, though limited competition can sometimes lead to higher prices.

How will the effectiveness of the ICIDS-VI system be measured and validated post-installation to ensure it meets the operational requirements at Fort Leonard Wood?

Effectiveness is typically measured through a combination of acceptance testing, operational readiness evaluations, and performance monitoring against predefined metrics outlined in the SOW. This includes ensuring system uptime, data integrity, security compliance, and user satisfaction. Regular reviews and potential post-deployment assessments would validate that the system meets the intended operational goals.

Industry Classification

NAICS: ManufacturingCommunications Equipment ManufacturingOther Communications Equipment Manufacturing

Product/Service Code: ALARM, SIGNAL, SECURITY DETECTION

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Evergreen Fire Alarms, LLC

Address: 2111 S 90TH ST, TACOMA, WA, 98444

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $5,495,197

Exercised Options: $5,495,197

Current Obligation: $5,495,197

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: W909MY23D0004

IDV Type: IDC

Timeline

Start Date: 2024-06-11

Current End Date: 2026-12-31

Potential End Date: 2026-12-31 12:12:00

Last Modified: 2025-12-11

More Contracts from Evergreen Fire Alarms LLC

View all Evergreen Fire Alarms LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending