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: ManufacturingArchitectural and Structural Metals ManufacturingPrefabricated 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

View all Miami Technology Solutions, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending