Integrated Security Solutions Inc. awarded $30.3M for Army electronic security systems support
Contract Overview
Contract Amount: $30,281,347 ($30.3M)
Contractor: Integrated Security Solutions Inc
Awarding Agency: Department of Defense
Start Date: 2018-09-30
End Date: 2024-03-29
Contract Duration: 2,007 days
Daily Burn Rate: $15.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: THE OBJECTIVE OF THIS TASK ORDER IS TO PROVIDE SERVICES FOR THE ELECTRONIC SECURITY SYSTEMS (ESS) PROGRAMMATIC SUPPORT FOR THE NATIONAL GUARD BUREAU (ARNG) AND UNITED STATES ARMY RESERVE COMMAND (USARC) U.S. ARMY ENGINEERING AND SUPPORT CENTER HUNTSVILLE, ALABAMA.
Place of Performance
Location: KALISPELL, FLATHEAD County, MONTANA, 59901
State: Montana Government Spending
Plain-Language Summary
Department of Defense obligated $30.3 million to INTEGRATED SECURITY SOLUTIONS INC for work described as: THE OBJECTIVE OF THIS TASK ORDER IS TO PROVIDE SERVICES FOR THE ELECTRONIC SECURITY SYSTEMS (ESS) PROGRAMMATIC SUPPORT FOR THE NATIONAL GUARD BUREAU (ARNG) AND UNITED STATES ARMY RESERVE COMMAND (USARC) U.S. ARMY ENGINEERING AND SUPPORT CENTER HUNTSVILLE, ALABAMA. Key points: 1. Contract provides programmatic support for electronic security systems for the National Guard Bureau and U.S. Army Reserve. 2. The contract was awarded under full and open competition after exclusion of sources, indicating a competitive process. 3. The duration of the contract is substantial, spanning over 2000 days, suggesting a long-term need for these services. 4. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 5. The services fall under Computer Systems Design Services, a common category for IT support. 6. The award amount is significant, reflecting the scale of support required for these critical security systems.
Value Assessment
Rating: good
The contract value of $30.3 million over approximately six years for programmatic support of electronic security systems appears reasonable given the scope. Benchmarking against similar large-scale IT support contracts for defense agencies suggests that this pricing is within expected ranges. The firm fixed-price nature of the contract helps control costs for the government, provided the contractor can manage their expenses effectively. Without detailed cost breakdowns, a precise value-for-money assessment is challenging, but the competitive award process provides some assurance of fair pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This solicitation method suggests that while the competition was intended to be open, certain sources may have been excluded prior to the full solicitation, or there was a specific reason for excluding certain types of sources. The exact number of bidders is not provided, but the 'exclusion of sources' phrasing implies a potentially narrower competitive field than a purely open solicitation. This could impact price discovery if fewer qualified vendors were able to participate.
Taxpayer Impact: While the competition was not fully open, the exclusion of sources suggests a deliberate decision by the agency. Taxpayers benefit from a competitive process, but the exclusion might have limited the potential for the lowest possible price if it restricted the pool of qualified bidders.
Public Impact
The National Guard Bureau and U.S. Army Reserve benefit from enhanced programmatic support for their electronic security systems. Services delivered include critical support for the maintenance, upgrade, and management of vital security infrastructure. The geographic impact is nationwide, supporting installations and operations across various Army and National Guard facilities. Workforce implications include the potential for specialized IT and security personnel to be engaged in supporting these systems.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition due to 'exclusion of sources' could impact optimal pricing.
- Long contract duration (over 2000 days) requires ongoing vigilance to ensure continued value and performance.
- Reliance on a single contractor for critical security system support raises concerns about vendor lock-in and future flexibility.
Positive Signals
- Firm Fixed Price contract shifts cost risk to the contractor, potentially saving taxpayer money if managed well.
- Award to a single entity suggests a focused and potentially efficient delivery model for these specialized services.
- The contract supports critical national security infrastructure, ensuring the protection of sensitive government facilities.
Sector Analysis
The contract falls within the Computer Systems Design Services sector, a significant segment of the IT industry supporting government operations. This sector is characterized by rapid technological advancements and a high demand for specialized expertise. The market size for government IT services is substantial, with agencies continually investing in cybersecurity and system modernization. This contract represents a portion of the broader federal spending on IT infrastructure and security solutions, aligning with the government's ongoing efforts to maintain and upgrade its technological capabilities.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific benefits for small businesses arising from a set-aside. The prime contractor, Integrated Security Solutions Inc., is likely a larger entity capable of handling the scope of this requirement. The absence of small business participation goals means that opportunities for small businesses within this specific contract are not mandated.
Oversight & Accountability
Oversight for this contract would typically be managed by the U.S. Army Engineering and Support Center, Huntsville, Alabama, as the contracting activity. The firm fixed-price nature of the contract provides a degree of cost control. Accountability measures would be embedded in the contract's performance work statement and delivery schedules. Transparency is generally maintained through contract award databases, though specific performance metrics and detailed cost reporting may not always be publicly accessible. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Army IT Support Services
- National Guard Bureau IT Modernization
- US Army Reserve Command Systems Integration
- Electronic Security Systems Procurement
- Department of Defense IT Services
Risk Flags
- Potential for limited competition
- Long contract duration requires sustained oversight
- Reliance on a single contractor for critical systems
Tags
it, defense, department-of-defense, national-guard-bureau, us-army-reserve, computer-systems-design-services, full-and-open-competition-after-exclusion-of-sources, delivery-order, firm-fixed-price, large-contract, programmatic-support, electronic-security-systems
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $30.3 million to INTEGRATED SECURITY SOLUTIONS INC. THE OBJECTIVE OF THIS TASK ORDER IS TO PROVIDE SERVICES FOR THE ELECTRONIC SECURITY SYSTEMS (ESS) PROGRAMMATIC SUPPORT FOR THE NATIONAL GUARD BUREAU (ARNG) AND UNITED STATES ARMY RESERVE COMMAND (USARC) U.S. ARMY ENGINEERING AND SUPPORT CENTER HUNTSVILLE, ALABAMA.
Who is the contractor on this award?
The obligated recipient is INTEGRATED SECURITY SOLUTIONS 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 $30.3 million.
What is the period of performance?
Start: 2018-09-30. End: 2024-03-29.
What is the track record of Integrated Security Solutions Inc. with the Department of Defense?
Integrated Security Solutions Inc. (ISS) has a history of performing contracts with the Department of Defense. While this specific task order represents a significant award of $30.3 million for electronic security systems support, ISS has likely held other contracts, potentially in similar IT or security-related domains. A comprehensive review would involve examining their past performance ratings, any contract modifications, and their overall financial stability. Understanding their experience with similar-sized and scoped projects is crucial for assessing their capability to deliver on this current requirement. Without access to detailed past performance data, it's difficult to definitively assess their track record beyond the fact that they were selected for this substantial award.
How does the value of this contract compare to similar electronic security system support contracts within the DoD?
The $30.3 million value for this six-year contract (approximately $5 million annually) for programmatic support of electronic security systems appears to be within a reasonable range for large-scale federal IT and security support contracts. Similar contracts supporting critical infrastructure for agencies like the Army or other branches often range from several million to tens of millions of dollars annually, depending on the scope, technology involved, and geographic coverage. Factors such as the complexity of the systems, the level of integration required, and the specific services (e.g., design, implementation, maintenance, training) influence the overall cost. This contract's value suggests a comprehensive support package for significant security systems across multiple commands.
What are the primary risks associated with this contract for the government?
The primary risks for the government in this contract include potential performance issues if Integrated Security Solutions Inc. fails to deliver the required programmatic support effectively. Given the 'exclusion of sources' in the competition, there's a risk that the competitive landscape was narrowed, potentially leading to less than optimal pricing or fewer innovative solutions. The long duration of the contract (over 2000 days) also presents a risk of vendor lock-in and potential cost increases if market rates change significantly. Furthermore, reliance on a single contractor for critical security systems necessitates robust oversight to ensure continued security and operational integrity throughout the contract period.
How effective is the firm fixed-price contract type in managing costs for this type of service?
The Firm Fixed Price (FFP) contract type is generally effective in managing costs for services where the scope of work is well-defined, as is often the case with programmatic support for established systems. FFP shifts the risk of cost overruns to the contractor, incentivizing them to manage their resources efficiently. For the government, this means the price is largely set, providing budget certainty. However, if the contractor underestimates costs or encounters unforeseen issues, they bear the loss, which could potentially lead to reduced quality or a desire to renegotiate if the contract is poorly structured. For IT support services like this, FFP is a common and often preferred method for cost control.
What is the historical spending trend for electronic security systems support within the National Guard Bureau and U.S. Army Reserve?
Historical spending data for electronic security systems (ESS) support within the National Guard Bureau (NGB) and U.S. Army Reserve Command (USARC) would likely show a consistent and significant investment over time. These organizations rely heavily on robust security infrastructure to protect personnel, facilities, and sensitive information. Spending in this area typically fluctuates based on modernization needs, threat assessments, and budget allocations. While specific historical figures for ESS programmatic support are not detailed here, federal agencies, particularly within the Department of Defense, consistently allocate substantial resources to cybersecurity and physical security systems. This contract's value of $30.3 million over six years reflects an ongoing commitment to maintaining and enhancing these critical capabilities.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: W912DY14R0062
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Pavion Corp.
Address: 108 COOPERATIVE WAY, KALISPELL, MT, 59901
Business Categories: Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $30,336,353
Exercised Options: $30,336,353
Current Obligation: $30,281,347
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: W912DY17D0011
IDV Type: IDC
Timeline
Start Date: 2018-09-30
Current End Date: 2024-03-29
Potential End Date: 2024-03-29 00:00:00
Last Modified: 2023-09-12
More Contracts from Integrated Security Solutions Inc
- THE Purpose of This Action IS to Award a NEW Firm Fixed Price Task Order for Contractor to Provide Procurement, Installation, Maintenance and Service of Electronic Security Systems AT United States Army Garrison Bavaria, Germany — $6.2M (Department of Defense)
- Services to Maintain the Operation of the Lynx Duress Notification System AT Coatesville VA Medical Center — $5.6K (Department of Veterans Affairs)
View all Integrated Security Solutions Inc 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)