DOJ's $8.4M ballistic vest order to Federal Prison Industries raises value and competition questions
Contract Overview
Contract Amount: $8,429 ($8.4K)
Contractor: Federal Prison Industries, Inc
Awarding Agency: Department of Justice
Start Date: 2026-04-08
End Date: 2026-05-29
Contract Duration: 51 days
Daily Burn Rate: $165/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: SEA-FY26-BALLISTIC-VEST-ORDER
Place of Performance
Location: SEAGOVILLE, DALLAS County, TEXAS, 75159
State: Texas Government Spending
Plain-Language Summary
Department of Justice obligated $8,429 to FEDERAL PRISON INDUSTRIES, INC for work described as: SEA-FY26-BALLISTIC-VEST-ORDER Key points: 1. The contract's value proposition is unclear given the short duration and the sole-source nature of the supplier. 2. Competition dynamics are limited as the award is to Federal Prison Industries, Inc., a government-owned entity. 3. Risk indicators include potential for inflated pricing due to lack of market competition and limited performance history for this specific item. 4. Performance context is minimal, with a short delivery window and a single award. 5. Sector positioning is within apparel manufacturing, but the unique supplier context warrants scrutiny. 6. The firm-fixed-price contract type offers some cost certainty, but the absence of competition limits upside for the government. 7. The contract is a BPA Call, indicating it's part of a larger agreement, but details on the underlying BPA are not provided.
Value Assessment
Rating: questionable
Benchmarking the value of this contract is challenging due to the unique nature of Federal Prison Industries, Inc. (FPI) as the sole supplier. Without comparable market prices for similar ballistic vests from commercial vendors, it's difficult to assess if the $8.4 million price represents fair market value. The short performance period (51 days) suggests a specific, immediate need, but the lack of competitive bidding means the government may not be achieving the best possible price. Further analysis would require understanding FPI's cost structure and profit margins compared to industry standards.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded to Federal Prison Industries, Inc. (FPI), which operates as a government-owned entity and is often the sole source for certain goods manufactured by federal prisoners. While technically a 'competed under SAP' (Simplified Acquisition Procedures) award, the reality is that FPI is the only entity capable of fulfilling this requirement under its mandate. This lack of true market competition means that price discovery is significantly limited, and the government cannot leverage a competitive bidding process to drive down costs.
Taxpayer Impact: Taxpayers are potentially paying a premium for these ballistic vests due to the absence of open market competition. The government is reliant on FPI's pricing structure without the benefit of bids from multiple commercial suppliers, which could lead to less efficient use of public funds.
Public Impact
Federal Prison System / Bureau of Prisons personnel, likely correctional officers, will benefit from the provision of ballistic vests. The services delivered are the manufacturing and supply of ballistic vests, crucial for the safety of law enforcement personnel. The geographic impact is primarily within Texas, where the contract is being fulfilled. Workforce implications are tied to the employment of federal prisoners in the manufacturing process at FPI facilities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competitive bidding may result in higher costs for taxpayers.
- Limited transparency into FPI's pricing structure and cost-plus elements.
- Potential for quality control issues if production is scaled rapidly without adequate oversight.
- Dependence on a single supplier limits flexibility and future sourcing options.
- Short delivery window could strain production capacity and potentially impact timely delivery.
Positive Signals
- Provides essential safety equipment to federal law enforcement personnel.
- Supports the mission of the Federal Prison System by ensuring operational readiness.
- Utilizes federal prison labor, contributing to inmate rehabilitation programs and reducing recidivism.
- Firm-fixed-price contract offers some cost predictability for the agency.
- Contract is a BPA Call, suggesting a pre-negotiated framework that might offer some efficiencies.
Sector Analysis
The apparel accessories and other apparel manufacturing sector (NAICS 315990) encompasses a wide range of clothing production. However, this specific contract falls into a unique niche due to its supplier, Federal Prison Industries, Inc. (FPI). FPI's mandate to employ federal prisoners means its operational model and cost structure differ significantly from commercial apparel manufacturers. Comparable spending benchmarks are difficult to establish without access to FPI's internal cost data or direct comparisons with similar government contracts awarded to commercial entities for ballistic protection.
Small Business Impact
This contract does not appear to involve small business set-asides, as the award is made to Federal Prison Industries, Inc. There is no indication of subcontracting opportunities for small businesses within this specific award. The focus is on FPI's internal manufacturing capabilities, rather than leveraging the broader small business industrial base.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Justice and the Federal Prison System. As FPI is a government entity, its operations are subject to internal audits and oversight by the FPI Board of Directors and potentially the Office of the Inspector General for the Department of Justice. Transparency regarding the specific pricing justifications and cost breakdowns from FPI would be crucial for a thorough accountability assessment. The BPA Call structure may also have its own oversight mechanisms tied to the parent BPA.
Related Government Programs
- Federal Prison Industries, Inc. (FPI) Manufacturing Contracts
- Department of Justice Law Enforcement Equipment Procurement
- Bureau of Prisons Safety and Security Equipment
- Ballistic Protection Equipment Procurement
- Government-Owned Contractor-Operated (GOCO) Manufacturing
Risk Flags
- Sole-source award to government entity
- Limited price competition
- Short performance period
- Lack of public performance data for FPI ballistic vests
Tags
defense, department-of-justice, federal-prison-system, ballistic-vests, apparel-manufacturing, competed-under-sap, bpa-call, firm-fixed-price, sole-source, texas, safety-equipment, inmate-labor
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $8,429 to FEDERAL PRISON INDUSTRIES, INC. SEA-FY26-BALLISTIC-VEST-ORDER
Who is the contractor on this award?
The obligated recipient is FEDERAL PRISON INDUSTRIES, INC.
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 $8,429.
What is the period of performance?
Start: 2026-04-08. End: 2026-05-29.
What is the historical spending pattern for ballistic vests by the Federal Prison System?
Analyzing historical spending patterns for ballistic vests by the Federal Prison System (FPS) is crucial for understanding the context of this $8.4 million order. Without specific historical data, it's difficult to determine if this represents an increase, decrease, or consistent level of expenditure. Typically, agencies procure such equipment periodically based on replacement cycles, new requirements, or changes in threat assessments. A review of past contracts, including their value, quantity, and suppliers, would reveal trends. For instance, if the FPS has historically relied on FPI for such items, this contract might be part of an ongoing relationship. Conversely, if this is a new or significantly larger order compared to previous years, it could indicate evolving needs or a shift in procurement strategy. Understanding the frequency and scale of past purchases is key to assessing the significance of the current award and its potential impact on the overall budget.
How does the pricing of this contract compare to similar ballistic vest procurements by other federal agencies?
Directly comparing the pricing of this $8.4 million contract for ballistic vests to similar procurements by other federal agencies is challenging due to the unique supplier, Federal Prison Industries, Inc. (FPI). FPI operates under a different cost structure than commercial manufacturers, often utilizing inmate labor, which can influence pricing. Standard market benchmarking against commercial vendors might not be directly applicable. However, if data were available on FPI's historical pricing for similar items or if the Department of Justice has internal benchmarks for ballistic vests, a comparison could be made. In the absence of such specific data, a qualitative assessment suggests that sole-source awards to entities like FPI may not always yield the most competitive prices achievable through open market competition. A comprehensive comparison would ideally involve analyzing unit costs, material specifications, and warranty terms across various agency contracts, while acknowledging the distinct operational model of FPI.
What are the specific quality assurance and testing protocols for these ballistic vests?
The specific quality assurance and testing protocols for the ballistic vests procured under this $8.4 million contract are not detailed in the provided data. However, for any law enforcement or correctional agency, ensuring the reliability and effectiveness of ballistic protection is paramount. Typically, such procurements would adhere to established industry standards, such as those set by the National Institute of Justice (NIJ) for body armor. This would involve rigorous testing of materials, construction, and performance against ballistic threats. The contract type (Firm Fixed Price) implies that the contractor is responsible for delivering vests meeting specified quality standards. The Federal Prison System (FPS) would likely have internal quality control measures and inspection processes in place to verify compliance before accepting the delivery. Further details would typically be found in the contract's statement of work or associated technical specifications.
What is the track record of Federal Prison Industries, Inc. in supplying ballistic protection equipment?
Federal Prison Industries, Inc. (FPI) has a long-standing mandate to provide goods and services to federal agencies, utilizing the labor of federal inmates. While FPI manufactures a wide array of products, its specific track record in supplying ballistic protection equipment requires detailed examination. Information on the volume, consistency, and performance history of FPI's ballistic vest production is not readily available in the public domain or within this contract's summary data. Agencies relying on FPI for such critical safety equipment would typically conduct due diligence, reviewing past performance, product certifications, and any available customer feedback. Given the sensitive nature of ballistic vests, a robust history of reliable production and adherence to quality standards would be expected. Without specific performance metrics or documented successes/failures related to FPI's ballistic vest supply, assessing their track record remains challenging.
What are the potential risks associated with relying on a single, government-owned supplier for essential safety equipment?
Relying on a single, government-owned supplier like Federal Prison Industries, Inc. (FPI) for essential safety equipment such as ballistic vests presents several potential risks. Firstly, the lack of competition can lead to higher costs for taxpayers, as FPI may not be incentivized to offer the most competitive pricing. Secondly, there's a risk of supply chain disruptions if FPI faces production issues, labor shortages (among inmate workers), or material procurement challenges. This could impact the timely delivery of critical equipment. Thirdly, the absence of market-driven innovation means that FPI might not be as agile in adopting new materials or designs compared to commercial competitors, potentially leaving personnel with less advanced protection. Finally, oversight and accountability, while present, operate differently within a government entity compared to a competitive commercial market, potentially affecting responsiveness to quality concerns or performance issues.
Industry Classification
NAICS: Manufacturing › Apparel Accessories and Other Apparel Manufacturing › Apparel Accessories and Other Apparel Manufacturing
Product/Service Code: CLOTHING, INDIVIDUAL EQUIPMENT, INSIGNA, AND JEWELRY
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 15BFA025Q00000134
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Government of the United States
Address: 3301 LEESTOWN RD, LEXINGTON, KY, 40511
Business Categories: Category Business, Government, U.S. National Government, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $8,429
Exercised Options: $8,429
Current Obligation: $8,429
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 15BFA025A00000039
IDV Type: BPA
Timeline
Start Date: 2026-04-08
Current End Date: 2026-05-29
Potential End Date: 2026-05-29 00:00:00
Last Modified: 2026-04-08
More Contracts from Federal Prison Industries, Inc
- 200509!005033!2100!w15p7t!usa Communications-Electronics !w15p7t05f0073 !A!N! !N! ! !20050629!20070228!624770475!626627459!626627459!y!unicor, Federal Prison Industr!320 1ST Street, N W !washington !dc!20534!50000!001!11!washington !district of Columbia !D.C. !+000097357327!n!n!000000000000!5985!antennas, Waveguides & Related Equipment !A7 !electronics and Communication Equip !000 !* !334290!E! !8! ! ! ! ! !20200930!B! ! ! ! ! ! ! ! !000! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !000! ! ! ! ! ! ! ! ! !0001! ! — $172.3M (Department of Defense)
- 200608!005038!2100!w15p7t!usa Communications-Electronics !w15p7t06dk210 !A!N! !N!0001 ! !20060615!20080614!624770475!626627459!626627459!y!unicor, Federal Prison Industr!320 1ST Street, N W !washington !dc!20534!50000!001!11!washington !district of Columbia !D.C. !+000045363716!n!n!000000000000!5340!miscellaneous Hardware !A7 !electronics and Communication Equip !000 !NOT Discernable !334220!E! !5!B!S! ! ! !99990909!B! ! ! ! ! ! ! ! !000! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !000! ! ! ! ! ! ! ! ! !0001! ! — $45.4M (Department of Defense)
- Letter Contract With Federal Prisons Industries to Procure Sincgars Installation Kits — $43.4M (Department of Defense)
- 200611!007165!2100!w15p7t!usa Communications-Electronics !w15p7t06f0045 !A!N! !N! ! !20060821!20071231!624770475!626627459!626627459!y!federal Prison Industries Inc !320 1ST ST NW !washington !dc!20534!50000!001!11!washington !district of Columbia !D.C. !+000009969333!n!n!000000000000!5935!connectors, Electrical !A7 !electronics and Communication Equip !000 !NOT Discernable !334220!E! !8! ! ! ! ! !99990909!B! ! ! ! ! ! ! ! !000! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !000! ! ! ! ! ! ! ! ! !0001! ! — $19.6M (Department of Defense)
- N/A — $16.1M (Department of Defense)
Other Department of Justice Contracts
- Contractor Owned and Operated Existing Correctional Facility for Approximately 3,500 LOW Security Male Inmates — $794.5M (Cornell Companies, Inc.)
- Detention Services - SAN Diego — $776.9M (THE GEO Group, Inc.)
- CO: Telly Renfroe Award of NEW Task Order Base Year Initial Funding — $616.4M (AT&T Enterprises, LLC)
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Corecivic, Inc.)
- Provide Services for the Management and Operation of a Correctional Facility in Accordance With Rfp-Pcc-0014 — $568.9M (Cornell Companies, Inc.)