Interior Department awards $2.36M for body cameras and tasers to Axon Enterprise, Inc

Contract Overview

Contract Amount: $2,364,446 ($2.4M)

Contractor: Axon Enterprise, Inc.

Awarding Agency: Department of the Interior

Start Date: 2023-06-29

End Date: 2026-06-30

Contract Duration: 1,097 days

Daily Burn Rate: $2.2K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: FWS DRLE BRANCH OF TRAINING - BODY WORN CAMERAS/TASERS

Place of Performance

Location: BRUNSWICK, GLYNN County, GEORGIA, 31524

State: Georgia Government Spending

Plain-Language Summary

Department of the Interior obligated $2.4 million to AXON ENTERPRISE, INC. for work described as: FWS DRLE BRANCH OF TRAINING - BODY WORN CAMERAS/TASERS Key points: 1. Contract awarded on a sole-source basis, raising questions about potential cost savings through competition. 2. The contract duration of nearly three years suggests a sustained need for this equipment. 3. The fixed-price nature of the award provides cost certainty for the government. 4. This award falls under the Audio and Video Equipment Manufacturing sector. 5. The specific use case for law enforcement training indicates a focus on operational readiness. 6. The award is for a single purchase order, suggesting a specific procurement event rather than an indefinite delivery contract.

Value Assessment

Rating: fair

Benchmarking the value of this sole-source award is challenging without competitive bids. The price of $2.36 million for body cameras and tasers needs to be compared against similar sole-source procurements by other agencies or against publicly available pricing for Axon products. Without competitive data, it's difficult to definitively assess if the government received the best possible value. The fixed-price contract, however, does offer predictability in spending.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning it was not competed. This indicates that the U.S. Fish and Wildlife Service likely identified Axon Enterprise, Inc. as the only capable or suitable provider for these specific body cameras and tasers. The lack of competition means there was no opportunity for price discovery through bidding, potentially leading to a higher price than if multiple vendors had vied for the contract.

Taxpayer Impact: Taxpayers may have paid a premium due to the absence of a competitive bidding process. Without competition, there is less pressure on the contractor to offer the lowest possible price.

Public Impact

Federal law enforcement officers within the U.S. Fish and Wildlife Service will benefit from enhanced safety and accountability through the use of body-worn cameras and tasers. The contract supports the delivery of essential equipment for training purposes, contributing to the operational readiness of the agency's personnel. The geographic impact is likely nationwide, as the Fish and Wildlife Service operates across the United States. This procurement could have implications for the training and equipment standards for federal wildlife officers.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader defense and public safety equipment sector, specifically focusing on law enforcement technology. The market for body-worn cameras and less-lethal weapons is dominated by a few key players, including Axon Enterprise, Inc. Government spending in this area is driven by needs for officer safety, evidence collection, and accountability. Comparable spending benchmarks would involve looking at other federal agencies or state and local law enforcement agencies procuring similar equipment, though direct comparisons are difficult due to varying configurations and contract terms.

Small Business Impact

This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses mentioned in the provided data. As a sole-source award to a large, established company like Axon Enterprise, Inc., the direct impact on the small business ecosystem is likely minimal. However, it is possible that Axon utilizes small businesses in its supply chain, though this is not explicitly detailed.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of the Interior's contracting and procurement oversight mechanisms. The U.S. Fish and Wildlife Service is responsible for ensuring the contractor meets the terms and conditions of the purchase order. Transparency regarding the justification for the sole-source award would be a key aspect of oversight. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

sector-other, agency-department-of-the-interior, sub-agency-u-s-fish-and-wildlife-service, contract-type-purchase-order, award-type-not-competed, pricing-firm-fixed-price, equipment-audio-and-video, equipment-safety, geography-georgia, duration-long-term

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $2.4 million to AXON ENTERPRISE, INC.. FWS DRLE BRANCH OF TRAINING - BODY WORN CAMERAS/TASERS

Who is the contractor on this award?

The obligated recipient is AXON ENTERPRISE, INC..

Which agency awarded this contract?

Awarding agency: Department of the Interior (U.S. Fish and Wildlife Service).

What is the total obligated amount?

The obligated amount is $2.4 million.

What is the period of performance?

Start: 2023-06-29. End: 2026-06-30.

What is the specific justification provided by the Department of the Interior for awarding this contract on a sole-source basis to Axon Enterprise, Inc.?

The provided data indicates the contract was 'NOT COMPETED,' which is synonymous with a sole-source award. A formal justification for sole-source procurement is typically required by federal acquisition regulations (FAR). This justification would need to detail why full and open competition was not feasible or advantageous. Common reasons include the unique capabilities of a specific contractor, urgency of need where competition is impractical, or when only one responsible source is available. Without access to the specific justification document, it's impossible to state the exact reason, but it likely centers on Axon's proprietary technology or a specific requirement that only they can meet within the necessary timeframe or specifications.

How does the unit cost of the body cameras and tasers in this contract compare to market rates or similar government procurements?

Directly comparing unit costs is challenging without knowing the exact models, quantities, and specific configurations of the body cameras and tasers included in this $2.36 million award. Furthermore, as this was a sole-source award, there's no competitive benchmark from this specific procurement. To assess value, one would need to: 1) Research publicly available pricing for comparable Axon products sold to other government entities (federal, state, local) or commercial clients. 2) Examine historical contract data for similar sole-source awards to Axon or other vendors to identify price trends. 3) If possible, obtain pricing information from competitive solicitations for similar equipment. Without these comparative data points, a definitive assessment of unit cost value is not feasible based solely on the provided contract information.

What are the potential risks associated with a sole-source award for critical law enforcement equipment like body cameras and tasers?

Sole-source awards for critical equipment like body cameras and tasers present several potential risks. Firstly, the lack of competition can lead to higher prices than might be achieved through a competitive bidding process, resulting in less value for taxpayer money. Secondly, it can foster vendor lock-in, making it difficult and potentially costly to switch to alternative suppliers in the future, especially if the equipment involves proprietary software or systems. Thirdly, it reduces the incentive for the sole-source provider to innovate or offer competitive pricing, as they face no direct market pressure from rivals for this specific contract. Finally, it raises concerns about transparency and fairness in the procurement process, potentially undermining public trust.

What is the track record of Axon Enterprise, Inc. in supplying similar equipment to federal agencies?

Axon Enterprise, Inc. (formerly TASER International) has a significant and established track record of supplying body-worn cameras, conducted energy weapons (like tasers), and related software solutions to numerous federal, state, and local law enforcement agencies across the United States and internationally. They are a leading provider in this market segment. Federal agencies such as the Department of Justice, Department of Homeland Security, and various components within the Department of Defense have procured Axon products. Their history includes supplying equipment for large-scale deployments, often involving integrated evidence management systems. While generally recognized as a reliable supplier, like any large contractor, they have faced scrutiny regarding pricing, data privacy, and the use of their technology.

How does this contract's value and duration compare to overall federal spending on law enforcement equipment?

This $2.36 million contract for body cameras and tasers awarded to the U.S. Fish and Wildlife Service is a relatively modest sum within the context of overall federal spending on law enforcement equipment, which can run into billions of dollars annually across various agencies. Federal agencies procure a wide array of equipment, including vehicles, firearms, communication systems, protective gear, and technology solutions. The duration of nearly three years (1097 days) is fairly standard for such procurements, allowing for phased deployment, training, and sustainment. While this specific award is significant for the FWS training branch, it represents a small fraction of the total federal investment in equipping its vast law enforcement and public safety personnel.

Industry Classification

NAICS: ManufacturingAudio and Video Equipment ManufacturingAudio and Video Equipment Manufacturing

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - END USER

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 140F1S23Q0003

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 17800, NORTH 85TH STREET, SCOTTSDALE, AZ, 85255

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $3,346,895

Exercised Options: $2,364,446

Current Obligation: $2,364,446

Actual Outlays: $2,364,446

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2023-06-29

Current End Date: 2026-06-30

Potential End Date: 2028-06-30 00:00:00

Last Modified: 2026-03-12

More Contracts from Axon Enterprise, Inc.

View all Axon Enterprise, Inc. federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending