DOJ's $388K fire detection contract for FCI Fairton awarded to Johnson Controls, highlighting facilities support services

Contract Overview

Contract Amount: $38,826 ($38.8K)

Contractor: Johnson Controls Fire Protection LP

Awarding Agency: Department of Justice

Start Date: 2025-10-01

End Date: 2026-09-30

Contract Duration: 364 days

Daily Burn Rate: $107/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: FCI FAIRTON: ANNUAL FIRE DETECTION/SPRINKLER SERVICE FY2026, 10/01/2025- 09/30/2026. LARGE BUSINESS

Place of Performance

Location: BOCA RATON, PALM BEACH County, FLORIDA, 33487

State: Florida Government Spending

Plain-Language Summary

Department of Justice obligated $38,826.38 to JOHNSON CONTROLS FIRE PROTECTION LP for work described as: FCI FAIRTON: ANNUAL FIRE DETECTION/SPRINKLER SERVICE FY2026, 10/01/2025- 09/30/2026. LARGE BUSINESS Key points: 1. The contract value of $388,263.80 for annual fire detection and sprinkler service represents a specific investment in facility safety. 2. Awarded to a large business, Johnson Controls Fire Protection LP, this contract indicates a focus on established providers for critical infrastructure. 3. The firm-fixed-price contract type suggests predictable costs for the government, mitigating budget uncertainty. 4. This service is essential for maintaining operational safety and compliance within the Federal Prison System. 5. The contract duration of 364 days aligns with annual service requirements for critical safety systems. 6. The single award for this delivery order points to a defined scope of work for a specific facility.

Value Assessment

Rating: good

The contract value of $388,263.80 for annual fire detection and sprinkler services at FCI Fairton appears reasonable for a facility of this nature. Benchmarking against similar contracts for fire suppression system maintenance in federal correctional facilities would provide a more precise value-for-money assessment. However, given the critical nature of fire safety systems in a correctional environment, the investment is justified to ensure compliance and resident safety. The firm-fixed-price structure helps control costs.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple bidders had the opportunity to submit proposals. The data shows one award, suggesting that Johnson Controls Fire Protection LP was the most advantageous offer based on the evaluation criteria. The level of competition, while not explicitly detailed in terms of the number of bids received, is presumed to be sufficient to drive competitive pricing.

Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to better pricing and service quality, ensuring the government receives good value for its investment.

Public Impact

The primary beneficiaries are the inmates and staff at FCI Fairton, who will be protected by a maintained and operational fire detection and sprinkler system. The service delivered is critical for ensuring the safety and security of the correctional facility, preventing potential loss of life and property damage. The geographic impact is localized to FCI Fairton in Florida, ensuring the specific needs of this federal prison are met. This contract supports the operational workforce at FCI Fairton by ensuring a safe working environment and maintaining facility infrastructure.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The Facilities Support Services sector, categorized under NAICS code 561210, encompasses a broad range of services essential for the operation and maintenance of government facilities. This contract for fire detection and sprinkler services is a specialized component within this sector, crucial for ensuring the safety and compliance of federal buildings, particularly correctional institutions. Spending in this area is consistent across federal agencies responsible for maintaining physical infrastructure, with significant annual investments dedicated to ensuring the operational integrity and safety of government properties.

Small Business Impact

This contract was awarded to a large business and does not appear to have a small business set-aside component. There is no explicit information provided regarding subcontracting plans for small businesses. Therefore, the direct impact on the small business ecosystem for this specific contract is likely minimal, with opportunities primarily flowing to the prime contractor.

Oversight & Accountability

Oversight for this contract will be managed by the Department of Justice, specifically the Federal Prison System / Bureau of Prisons. As a firm-fixed-price contract, the primary oversight will focus on ensuring the services are delivered according to the contract specifications and schedule. Accountability is maintained through performance monitoring and adherence to the contract terms. Transparency is generally facilitated through federal procurement databases, though specific performance details may not be publicly disclosed.

Related Government Programs

Risk Flags

Tags

facilities-support-services, department-of-justice, bureau-of-prisons, fci-fairton, florida, firm-fixed-price, full-and-open-competition, large-business, annual-service, fire-detection, sprinkler-systems, correctional-facility

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $38,826.38 to JOHNSON CONTROLS FIRE PROTECTION LP. FCI FAIRTON: ANNUAL FIRE DETECTION/SPRINKLER SERVICE FY2026, 10/01/2025- 09/30/2026. LARGE BUSINESS

Who is the contractor on this award?

The obligated recipient is JOHNSON CONTROLS FIRE PROTECTION LP.

Which agency awarded this contract?

Awarding agency: Department of Justice (Federal Prison System / Bureau of Prisons).

What is the total obligated amount?

The obligated amount is $38,826.38.

What is the period of performance?

Start: 2025-10-01. End: 2026-09-30.

What is the historical spending pattern for fire detection and sprinkler services at FCI Fairton?

Historical spending data for fire detection and sprinkler services specifically at FCI Fairton is not provided in the current data. To assess historical patterns, one would need to access procurement records for previous contract periods at this facility. Analyzing past contract values, durations, and awardees would reveal trends in spending, potential price fluctuations, and the consistency of service providers. This information is crucial for understanding if the current $388,263.80 award represents an increase, decrease, or stable expenditure compared to previous years, and whether the services have been consistently provided by the same or different contractors.

How does the awarded amount compare to market rates for similar services in Florida?

Comparing the awarded amount of $388,263.80 for annual fire detection and sprinkler services at FCI Fairton to market rates in Florida requires access to commercial pricing data for similar facilities. Factors influencing market rates include the size and complexity of the facility, the specific types of systems installed (e.g., wet pipe, dry pipe, pre-action sprinklers), the frequency and scope of inspections and testing, and the prevailing labor costs in the region. Without specific benchmarking data for correctional facilities or large commercial properties in Florida, it's difficult to definitively state if this contract represents a competitive market rate. However, the full and open competition suggests an effort to secure market-competitive pricing.

What is Johnson Controls Fire Protection LP's track record with federal contracts, particularly for correctional facilities?

Johnson Controls Fire Protection LP is a known entity in the fire protection industry, and their track record with federal contracts, especially for correctional facilities, would typically be available through federal procurement databases like SAM.gov or FPDS. A review of their past performance would involve examining the number of federal contracts awarded to them, their performance ratings on those contracts, any past performance issues or disputes, and their experience with similar types of facilities. Given their likely status as a large business and established provider, they are expected to have a significant history of federal contracting, including potentially with the Bureau of Prisons. Verifying their specific experience with fire detection and sprinkler services in high-security environments like prisons is key to assessing their suitability.

What are the specific performance metrics and service level agreements (SLAs) associated with this contract?

The provided data does not detail the specific performance metrics or service level agreements (SLAs) for this contract. Typically, contracts for critical safety systems like fire detection and sprinklers include detailed requirements for response times to alarms, frequency and thoroughness of inspections and testing, maintenance schedules, and reporting obligations. These metrics are crucial for ensuring the system's reliability and compliance with relevant fire codes and standards (e.g., NFPA). The government would monitor adherence to these SLAs to ensure the contractor is meeting its obligations and to assess overall performance. Without these details, a full evaluation of service quality is not possible.

Are there any identified risks associated with this contract, such as potential service disruptions or cost overruns?

Potential risks associated with this contract include service disruptions due to unforeseen equipment failures, contractor staffing issues, or delays in parts procurement. While the firm-fixed-price structure helps mitigate cost overrun risks related to the scope of work, unexpected repairs or system upgrades not covered under the base contract could lead to additional costs if not managed carefully. The reliance on a single provider for critical safety systems also presents a risk if the contractor experiences financial difficulties or operational failures. Robust government oversight and clear contingency plans would be necessary to mitigate these risks effectively.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities Support Services

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 6600 CONGRESS AVE, BOCA RATON, FL, 33487

Business Categories: Category Business, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $38,826

Exercised Options: $38,826

Current Obligation: $38,826

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47QSHA23D0018

IDV Type: FSS

Timeline

Start Date: 2025-10-01

Current End Date: 2026-09-30

Potential End Date: 2026-09-30 00:00:00

Last Modified: 2026-04-08

More Contracts from Johnson Controls Fire Protection LP

View all Johnson Controls Fire Protection LP federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending