Commerce Department awards $4.5M security contract to Vision Quest Solutions Inc. for NOAA services

Contract Overview

Contract Amount: $4,485,674 ($4.5M)

Contractor: Vision Quest Solutions Inc

Awarding Agency: Department of Commerce

Start Date: 2022-12-01

End Date: 2026-11-30

Contract Duration: 1,460 days

Daily Burn Rate: $3.1K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: WRC SECURITY GUARD SERVICE CONTRACT

Place of Performance

Location: SEATTLE, KING County, WASHINGTON, 98115

State: Washington Government Spending

Plain-Language Summary

Department of Commerce obligated $4.5 million to VISION QUEST SOLUTIONS INC for work described as: WRC SECURITY GUARD SERVICE CONTRACT Key points: 1. Contract value appears reasonable given the duration and scope of security services required. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract is a definitive contract, indicating a long-term agreement. 4. Fixed-price contract type helps mitigate cost overrun risks for the government. 5. The contractor, Vision Quest Solutions Inc., is a single awardee for this service. 6. Services are categorized under Security Guards and Patrol Services.

Value Assessment

Rating: good

The contract value of approximately $4.5 million over four years for security guard services is within a reasonable range for a federal contract of this nature. Benchmarking against similar contracts for security services at federal facilities of comparable size and scope would provide a more precise value-for-money assessment. The firm fixed-price structure is generally favorable for the government, as it caps the contractor's potential earnings and shifts cost risk.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under 'Full and Open Competition After Exclusion of Sources,' which implies that while the competition was intended to be broad, specific sources may have been excluded for documented reasons. The presence of four bidders indicates a degree of competition. The specific reasons for excluding other sources would be crucial to understanding the full competitive landscape and its impact on pricing.

Taxpayer Impact: The use of full and open competition, even with exclusions, generally benefits taxpayers by encouraging multiple vendors to bid, which can lead to more competitive pricing and better service offerings.

Public Impact

The primary beneficiaries are the National Oceanic and Atmospheric Administration (NOAA) facilities, which will receive security guard services. The services delivered include security guards and patrol services to ensure the safety and security of government property and personnel. The geographic impact is concentrated in Washington (WA), as indicated by the 'st' and 'sn' fields. The contract supports jobs within the private security industry, contributing to the workforce in the Washington area.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The security services sector is a significant component of the federal contracting landscape, encompassing a wide range of protective services. This contract falls under the Security Guards and Patrol Services industry (NAICS 561612). Federal spending in this sector is driven by the need to protect government assets, personnel, and sensitive information across various agencies and locations. Comparable spending benchmarks would involve analyzing the average cost per guard or per facility for similar security contracts awarded by agencies like NOAA or other departments with comparable security needs.

Small Business Impact

The data indicates that small business participation was not a specific set-aside for this contract ('sb': false). There is no explicit information on subcontracting plans for small businesses. Without this information, it's difficult to assess the direct impact on the small business ecosystem, though the primary awardee's size and small business utilization would be key factors.

Oversight & Accountability

Oversight for this contract would typically fall under the purview of the National Oceanic and Atmospheric Administration (NOAA) contracting officers and program managers. Accountability measures are embedded in the firm fixed-price contract terms, requiring the contractor to deliver specified services. Transparency is generally facilitated through federal procurement databases like FPDS, where contract awards are recorded. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to the contract is suspected.

Related Government Programs

Risk Flags

Tags

security-services, commerce-department, noaa, definitive-contract, firm-fixed-price, full-and-open-competition, washington, security-guards, patrol-services, vision-quest-solutions-inc

Frequently Asked Questions

What is this federal contract paying for?

Department of Commerce awarded $4.5 million to VISION QUEST SOLUTIONS INC. WRC SECURITY GUARD SERVICE CONTRACT

Who is the contractor on this award?

The obligated recipient is VISION QUEST SOLUTIONS INC.

Which agency awarded this contract?

Awarding agency: Department of Commerce (National Oceanic and Atmospheric Administration).

What is the total obligated amount?

The obligated amount is $4.5 million.

What is the period of performance?

Start: 2022-12-01. End: 2026-11-30.

What is the track record of Vision Quest Solutions Inc. in performing federal security contracts?

A thorough review of Vision Quest Solutions Inc.'s past performance on federal contracts would be necessary to assess their track record. This would involve examining contract award histories, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any documented instances of contract disputes, terminations, or penalties. Understanding their experience with similar security guard and patrol services, particularly for agencies like NOAA, would provide insight into their capability to meet the requirements of this specific contract. A positive performance history suggests a lower risk of execution issues, while a history of deficiencies would raise concerns about the contractor's reliability and the potential impact on service delivery.

How does the awarded price compare to market rates for similar security guard services?

To benchmark the value for money, the awarded contract price needs to be compared against prevailing market rates for security guard services. This involves analyzing data from similar federal contracts (e.g., by geographic location, service level, number of guards, hours of coverage) and potentially commercial market data. Factors such as the specific security requirements (e.g., armed vs. unarmed guards, specialized equipment, clearance levels) significantly influence pricing. If the per-hour or per-guard cost is substantially lower or higher than comparable contracts, it warrants further investigation into the reasons, which could indicate either exceptional value or potential underpricing/overpricing.

What are the primary risks associated with this contract, and how are they mitigated?

Key risks include potential service disruptions if the contractor fails to perform adequately, cost increases if the firm fixed-price structure is poorly defined, and security breaches if guard performance is substandard. Mitigation strategies include the firm fixed-price type, which caps costs for the government, and the requirement for performance standards within the contract. The 'Exclusion of Sources' aspect of the competition also presents a risk if it unduly limited the pool of qualified bidders, potentially impacting price and quality. Robust oversight by NOAA contracting officers and performance monitoring are crucial to identifying and addressing risks proactively.

What is the historical spending pattern for security guard services by NOAA?

Analyzing NOAA's historical spending on security guard services would provide context for this $4.5 million award. This involves examining previous contract awards for similar services, their values, durations, and the contractors involved. Understanding trends in NOAA's security spending can reveal whether this contract represents an increase, decrease, or stable level of investment in security. It can also highlight any shifts in contracting strategies, such as a move towards longer-term definitive contracts or changes in competition levels. Such analysis helps in assessing the long-term financial commitment and the efficiency of NOAA's security procurement.

What does the 'Exclusion of Sources' in the contract's competition type imply for taxpayer value?

The 'Full and Open Competition After Exclusion of Sources' designation suggests that while the initial intent was broad competition, certain potential bidders were deliberately excluded. The implications for taxpayer value depend heavily on the justification for these exclusions. If sources were excluded for valid, documented reasons (e.g., lack of specific qualifications, past performance issues, or national security concerns), and the remaining competition was robust (four bidders), it might still yield good value. However, if the exclusions were arbitrary or significantly limited the competitive pool, it could lead to higher prices and reduced innovation, thereby diminishing taxpayer value. A detailed understanding of the exclusion rationale is critical.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesInvestigation and Security ServicesSecurity Guards and Patrol Services

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 1305M422RNAAA0004

Offers Received: 4

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 13212 COMMODORE RD, HOT SPRINGS, SD, 57747

Business Categories: American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, Government, HUBZone Firm, Native American Tribal Government, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $10,702,687

Exercised Options: $7,148,876

Current Obligation: $4,485,674

Actual Outlays: $3,094,987

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2022-12-01

Current End Date: 2026-11-30

Potential End Date: 2027-11-30 00:00:00

Last Modified: 2026-02-26

More Contracts from Vision Quest Solutions Inc

View all Vision Quest Solutions Inc federal contracts →

Other Department of Commerce Contracts

View all Department of Commerce contracts →

Explore Related Government Spending