DoD Awards $15.4M for Guantanamo Bay SCIF Buildings to Miami Technology Solutions
Contract Overview
Contract Amount: $15,438,525 ($15.4M)
Contractor: Miami Technology Solutions, LLC
Awarding Agency: Department of Defense
Start Date: 2021-03-01
End Date: 2025-01-08
Contract Duration: 1,409 days
Daily Burn Rate: $11.0K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: THE OFFICE OF MILITARY COMMISSIONS HAS A REQUIREMENT FOR EIGHT RELOCATABLE BUILDINGS FABRICATED AND ACCREDITED AS SECURITY COMPARTMENTED INFORMATION FACILITY WHICH WILL BE SHIPPED AND INSTALLED IN AT THE U.S. NAVAL STATION GUANTANAMO BAY, CUBA.
Plain-Language Summary
Department of Defense obligated $15.4 million to MIAMI TECHNOLOGY SOLUTIONS, LLC for work described as: THE OFFICE OF MILITARY COMMISSIONS HAS A REQUIREMENT FOR EIGHT RELOCATABLE BUILDINGS FABRICATED AND ACCREDITED AS SECURITY COMPARTMENTED INFORMATION FACILITY WHICH WILL BE SHIPPED AND INSTALLED IN AT THE U.S. NAVAL STATION GUANTANAMO BAY, CUBA. Key points: 1. Contract awarded for eight relocatable SCIF buildings. 2. Sole-source award to Miami Technology Solutions, LLC. 3. Project involves fabrication and installation at Naval Station Guantanamo Bay. 4. High security requirements for compartmented information facilities.
Value Assessment
Rating: questionable
The contract value of $15.4M for eight SCIF buildings appears high, especially considering the per-unit cost. Without comparable contract data, it's difficult to definitively assess pricing against market benchmarks.
Cost Per Unit: $1,929,815.63
Competition Analysis
Competition Level: sole-source
The contract was not available for competition, indicating a sole-source award. This limits price discovery and may result in a higher cost to the government compared to a competitive process.
Taxpayer Impact: The lack of competition for this significant expenditure raises concerns about the optimal use of taxpayer funds.
Public Impact
Ensures secure facilities for sensitive operations at Guantanamo Bay. Supports military intelligence and classified information handling. Potential for cost overruns due to sole-source nature.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and price discovery.
- High per-unit cost requires further justification.
- Remote location may increase logistical costs and complexity.
Positive Signals
- Addresses critical security infrastructure needs.
- Contract awarded to a company with relevant manufacturing capabilities.
Sector Analysis
The procurement falls under the Prefabricated Metal Building and Component Manufacturing sector. Spending on specialized security facilities like SCIFs is common within defense agencies, but the specific cost benchmarks for such unique structures are not readily available.
Small Business Impact
The contract was awarded to Miami Technology Solutions, LLC, which is not identified as a small business in the provided data. There is no indication of small business participation in this specific award.
Oversight & Accountability
The Department of the Army, under the Department of Defense, is responsible for this contract. Oversight should focus on ensuring the SCIFs meet all security accreditation requirements and that the sole-source justification remains valid throughout the contract period.
Related Government Programs
- Prefabricated Metal Building and Component Manufacturing
- Department of Defense Contracting
- Department of the Army Programs
Risk Flags
- Sole-source award lacks competitive pricing.
- High per-unit cost requires validation.
- Potential for cost overruns due to remote installation.
- Long contract duration increases risk exposure.
- Security accreditation complexity.
Tags
prefabricated-metal-building-and-compone, department-of-defense, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $15.4 million to MIAMI TECHNOLOGY SOLUTIONS, LLC. THE OFFICE OF MILITARY COMMISSIONS HAS A REQUIREMENT FOR EIGHT RELOCATABLE BUILDINGS FABRICATED AND ACCREDITED AS SECURITY COMPARTMENTED INFORMATION FACILITY WHICH WILL BE SHIPPED AND INSTALLED IN AT THE U.S. NAVAL STATION GUANTANAMO BAY, CUBA.
Who is the contractor on this award?
The obligated recipient is MIAMI TECHNOLOGY SOLUTIONS, 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 $15.4 million.
What is the period of performance?
Start: 2021-03-01. End: 2025-01-08.
What is the justification for the sole-source award, and were alternative competitive strategies considered?
The data indicates the contract was 'NOT AVAILABLE FOR COMPETITION,' suggesting a sole-source justification was made. Typically, this requires demonstrating that only one source can meet the requirement due to unique capabilities, urgency, or other specific circumstances. A thorough review of the justification documentation is needed to understand the rationale and confirm if competitive options were genuinely unavailable or if the justification was weak.
How does the per-unit cost of these SCIF buildings compare to industry benchmarks for similar secure facilities?
The per-unit cost is approximately $1.93 million. Benchmarking this against similar SCIF constructions is crucial. Factors like size, security level (e.g., TEMPEST, blast resistance), and included technology will influence costs. Without specific comparable data, it's difficult to ascertain if this price represents good value or is inflated due to the sole-source nature and unique installation location.
What are the potential risks associated with fabricating and installing secure facilities in Guantanamo Bay, Cuba?
Risks include logistical challenges due to the remote location, potential delays in shipping and installation, security concerns during transit and on-site construction, and ensuring compliance with all U.S. and local regulations. The long duration of the contract (1409 days) also increases the exposure to unforeseen geopolitical or environmental risks that could impact cost and schedule.
Industry Classification
NAICS: Manufacturing › Architectural and Structural Metals Manufacturing › Prefabricated Metal Building and Component Manufacturing
Product/Service Code: PREFAB STRUCTURES/SCAFFOLDING
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: W912CL20R0004
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1950 ROLAND CLARKE PL STE 210B, RESTON, VA, 20191
Business Categories: 8(a) Program Participant, American Indian Owned Business, Category Business, Government, HUBZone Firm, Native American Tribal Government, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $15,438,525
Exercised Options: $15,438,525
Current Obligation: $15,438,525
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2021-03-01
Current End Date: 2025-01-08
Potential End Date: 2025-01-08 00:00:00
Last Modified: 2025-09-19
More Contracts from Miami Technology Solutions, LLC
- This IS a Task Order for Warehouse Support Services — $12.7M (Department of State)
- Contractor Support for Base NCR in Logistic, Facility Services and Property Support Services in Seven Labor Categories: Project Manager; Facility Space Planning; Government Property Analyst (GPA); Shipping/Receiving Clerks; Cac/Deers/Rapid Operator; Security Clerk; and Government Property Mover — $4.7M (Department of Homeland Security)
- FY23 NEW Splunk Expansion for Cyber Security Operations Command Center (scoc) Dashboard — $3.8M (Department of Health and Human Services)
View all Miami Technology Solutions, LLC federal contracts →
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)