DoD awards $6.4M for intrusion detection systems, with Evergreen Fire Alarms LLC securing the contract
Contract Overview
Contract Amount: $6,440,043 ($6.4M)
Contractor: Evergreen Fire Alarms LLC
Awarding Agency: Department of Defense
Start Date: 2025-03-11
End Date: 2027-08-31
Contract Duration: 903 days
Daily Burn Rate: $7.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: INTEGRATED COMMERCIAL INTRUSION DETECTION SYSTEM 6TH ITERATION (ICIDS-VI) DELIVERY ORDER TO SECURE SITES
Place of Performance
Location: TACOMA, PIERCE County, WASHINGTON, 98444
Plain-Language Summary
Department of Defense obligated $6.4 million to EVERGREEN FIRE ALARMS LLC for work described as: INTEGRATED COMMERCIAL INTRUSION DETECTION SYSTEM 6TH ITERATION (ICIDS-VI) DELIVERY ORDER TO SECURE SITES Key points: 1. The contract value of $6.4 million for integrated commercial intrusion detection systems represents a significant investment in facility security. 2. The procurement method, 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' suggests a competitive process with specific justifications for excluding certain sources. 3. The contract duration of approximately 903 days (from March 2025 to August 2027) indicates a need for sustained security solutions. 4. The North American Industry Classification System (NAICS) code 334290 points to the 'Other Communications Equipment Manufacturing' sector. 5. The contract is a Delivery Order under a larger agreement, implying a phased approach to fulfilling security requirements. 6. The absence of small business set-aside flags suggests the primary contractor is not a small business, and subcontracting opportunities for small businesses are not explicitly mandated by this specific award.
Value Assessment
Rating: fair
Benchmarking the value of this $6.4 million contract for intrusion detection systems is challenging without specific details on the system's capabilities and scale. However, the firm-fixed-price structure suggests that the contractor bears the risk of cost overruns, which can be favorable for the government if the scope is well-defined. Comparing this to similar contracts for integrated security systems would require access to a broader dataset of government procurements for comparable equipment and services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates that while the competition was intended to be open, specific sources were excluded, likely due to technical requirements, existing infrastructure compatibility, or other justifiable reasons. The exact number of bidders is not provided, but the 'exclusion of sources' suggests a potentially narrower competitive field than a truly unrestricted full and open competition.
Taxpayer Impact: While the exclusion of sources may limit the number of potential bidders, the remaining competition should still drive price discovery. However, taxpayers may not benefit from the broadest possible price competition if key potential suppliers were excluded without clear justification.
Public Impact
The Department of Defense benefits from enhanced security for its facilities through the deployment of advanced intrusion detection systems. The contract ensures the delivery of integrated commercial intrusion detection systems, contributing to the operational security of military installations. The geographic impact is likely concentrated around the specific sites designated for system installation within the Department of the Army's purview. The contract supports the manufacturing and technology sector related to communications equipment, potentially impacting the workforce within that industry.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition due to exclusion of sources, which could impact price.
- Lack of transparency regarding the specific reasons for excluding certain sources.
- The firm-fixed-price nature requires careful scope management to avoid potential change orders.
- Dependence on a single contractor (Evergreen Fire Alarms LLC) for this specific delivery order.
Positive Signals
- The contract is awarded to Evergreen Fire Alarms LLC, suggesting established capabilities in this domain.
- The firm-fixed-price contract type shifts cost risk to the contractor.
- The delivery order is part of a larger framework, potentially indicating a strategic, long-term approach to security.
- The use of a specific NAICS code suggests a focus on specialized equipment manufacturing.
Sector Analysis
The 'Other Communications Equipment Manufacturing' sector (NAICS 334290) encompasses a range of products beyond telecommunications, including security and surveillance systems. The federal government is a significant purchaser of such equipment to maintain national security and protect critical infrastructure. Spending in this sector can fluctuate based on evolving threats and technological advancements. Comparable spending benchmarks would depend on the specific type and scale of the intrusion detection systems procured.
Small Business Impact
The contract details indicate that small business set-asides were not applied to this specific delivery order (ss: false, sb: false). This means the competition was not restricted to small businesses. Evergreen Fire Alarms LLC is the prime contractor. There is no explicit information provided on subcontracting goals for small businesses within this award, which could represent missed opportunities for the small business ecosystem unless addressed in the broader contract from which this delivery order was issued.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of the Army's contracting and program management offices. As a delivery order under a larger contract, oversight mechanisms are likely established within the parent contract's terms. Transparency regarding the specific system capabilities and performance metrics would be key to assessing accountability. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Integrated Commercial Intrusion Detection System (ICIDS)
- Department of Defense Security Contracts
- Communications Equipment Manufacturing
- Facility Security Systems
- Army Procurement
Risk Flags
- Limited competition due to exclusion of sources.
- Potential for integration issues with existing infrastructure.
- Need for clear performance metrics to ensure value for money.
Tags
defense, department-of-defense, department-of-the-army, delivery-order, firm-fixed-price, other-communications-equipment-manufacturing, intrusion-detection-systems, facility-security, washington, limited-competition
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $6.4 million to EVERGREEN FIRE ALARMS LLC. INTEGRATED COMMERCIAL INTRUSION DETECTION SYSTEM 6TH ITERATION (ICIDS-VI) DELIVERY ORDER TO SECURE SITES
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 $6.4 million.
What is the period of performance?
Start: 2025-03-11. End: 2027-08-31.
What specific capabilities are included in the 'INTEGRATED COMMERCIAL INTRUSION DETECTION SYSTEM 6TH ITERATION (ICIDS-VI)'?
The provided data does not detail the specific capabilities of the ICIDS-VI. However, as an 'Integrated Commercial Intrusion Detection System,' it likely encompasses a suite of technologies designed to detect unauthorized entry into secure facilities. This could include sensors (motion, door/window contacts, glass break), cameras (CCTV, thermal), access control systems, alarm panels, and communication modules for alerting security personnel or authorities. The '6th Iteration' suggests a mature system that has undergone several upgrades to incorporate technological advancements and address evolving security threats. Further details would typically be found in the system's technical specifications or performance work statement within the contract documentation.
How does the $6.4 million contract value compare to previous iterations or similar systems procured by the DoD?
Without historical data on previous ICIDS iterations or comparable intrusion detection systems procured by the Department of Defense, a direct value comparison is not possible. The $6.4 million figure represents the total value for this specific delivery order, covering the period from March 2025 to August 2027. Factors influencing this value include the number of sites to be secured, the complexity of the integration, the specific technologies employed, and the level of service and support required. To benchmark effectively, one would need to analyze spending trends for similar security solutions across different military branches or defense agencies over time.
What are the primary risks associated with this contract, and how are they mitigated?
Key risks for this contract include potential technical obsolescence of the intrusion detection system over its lifecycle, integration challenges with existing security infrastructure, performance failures of the equipment, and contractor performance issues. Mitigation strategies likely involve robust technical specifications in the contract, phased deployment and testing, performance-based payment schedules, and clear contract clauses for remedies in case of non-performance. The firm-fixed-price nature also shifts some cost-related risks to the contractor. The 'exclusion of sources' might introduce a risk if it inadvertently limited the pool of highly capable vendors.
What is the significance of the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' procurement method?
This procurement method signifies that the contract was initially intended for full and open competition, but specific sources were subsequently excluded. This exclusion typically occurs when there's a need to ensure compatibility with existing systems, leverage unique technological capabilities, or address specific security requirements that only certain vendors can meet. While it aims to maintain a competitive environment, it narrows the field of potential bidders compared to unrestricted full and open competition. The justification for exclusion must be documented and approved, ensuring that the decision is based on legitimate factors rather than arbitrary restrictions.
What is the expected impact of this contract on Evergreen Fire Alarms LLC's business and the broader security equipment market?
For Evergreen Fire Alarms LLC, this $6.4 million contract represents a significant revenue stream and a substantial project award, likely bolstering their reputation and capacity in the government contracting space. It validates their capabilities in providing integrated commercial intrusion detection systems to a major federal agency. In the broader market, this award signals continued government investment in advanced security technologies. It may also influence competitors, potentially driving innovation or strategic partnerships to vie for future similar contracts. The '6th Iteration' suggests a long-term relationship or product line, indicating market stability for such solutions.
Are there any performance metrics or key performance indicators (KPIs) associated with this contract that are publicly available?
The provided data does not include specific performance metrics or Key Performance Indicators (KPIs) for this contract. Typically, such details are outlined in the Performance Work Statement (PWS) or Statement of Work (SOW) within the contract's full documentation. These KPIs would likely focus on system reliability (e.g., uptime percentage, false alarm rates), response times for alerts, successful detection rates, and adherence to installation and maintenance schedules. Without access to the full contract, these specific measures remain undisclosed.
Industry Classification
NAICS: Manufacturing › Communications Equipment Manufacturing › Other 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: $6,440,043
Exercised Options: $6,440,043
Current Obligation: $6,440,043
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: 2025-03-11
Current End Date: 2027-08-31
Potential End Date: 2027-08-31 12:08:00
Last Modified: 2025-12-11
More Contracts from Evergreen Fire Alarms LLC
- NEW Delivery Order for Usag Bavaria With 2035 Funding in the Amount of $8,666,698.51 in Support of the Icids-Vi Contract W909my-23-D-0004 — $7.3M (Department of Defense)
- Fort Leonard Wood Icids-Vi Work IAW SOW AT Section J With a 30-Month POP and a Ceiling of $4,057,238.43 — $5.5M (Department of Defense)
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)