M.C. Dean awarded $1.03M contract for NPS installation at Frank Carlson Federal Building, Topeka, KS

Contract Overview

Contract Amount: $1,027,218 ($1.0M)

Contractor: M. C. Dean, Inc.

Awarding Agency: Department of Justice

Start Date: 2023-06-16

End Date: 2026-11-02

Contract Duration: 1,235 days

Daily Burn Rate: $832/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: NPS INSTALLATION BPA PROJECT NUMBER: ESS-31A-0604 COURTHOUSE NAME: FRANK CARLSON FEDERAL BUILDING AND U.S. COURTHOUSE CIRCUIT: 10 SITE CODE: 31A 444 SE QUINCY ST, TOPEKA, KS 66683

Place of Performance

Location: MCLEAN, FAIRFAX County, VIRGINIA, 22102

State: Virginia Government Spending

Plain-Language Summary

Department of Justice obligated $1.0 million to M. C. DEAN, INC. for work described as: NPS INSTALLATION BPA PROJECT NUMBER: ESS-31A-0604 COURTHOUSE NAME: FRANK CARLSON FEDERAL BUILDING AND U.S. COURTHOUSE CIRCUIT: 10 SITE CODE: 31A 444 SE QUINCY ST, TOPEKA, KS 66683 Key points: 1. Contract awarded through full and open competition, indicating a competitive bidding process. 2. The contract is a Blanket Purchase Agreement (BPA) Call, suggesting a framework for future task orders. 3. The fixed-price nature of the contract shifts performance risk to the contractor. 4. The project is managed by the U.S. Marshals Service, part of the Department of Justice. 5. The contract duration extends over three years, from June 2023 to November 2026. 6. The North American Industry Classification System (NAICS) code 541330 points to Engineering Services.

Value Assessment

Rating: good

The contract value of $1.03 million for engineering services related to NPS installation appears reasonable given the three-year duration and the nature of federal building projects. Benchmarking against similar projects for courthouse upgrades or security system installations would provide a more precise value assessment. However, the fixed-price structure suggests that the contractor has factored in potential cost overruns, which is generally favorable for the government.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit a bid. The presence of 3 bidders, as indicated by the data, suggests a healthy level of competition for this particular BPA Call. This competitive environment is expected to drive more favorable pricing and service offerings for the government.

Taxpayer Impact: The full and open competition ensures that taxpayer dollars are being used efficiently by leveraging market forces to obtain the best value. Multiple bidders typically lead to lower prices and higher quality services compared to sole-source or limited competition scenarios.

Public Impact

The primary beneficiaries are the U.S. Marshals Service and other agencies operating within the Frank Carlson Federal Building, who will receive enhanced security and operational capabilities. The contract will deliver engineering services for the installation of a new security system (NPS). The geographic impact is localized to Topeka, Kansas, specifically at the Frank Carlson Federal Building and U.S. Courthouse. The contract is expected to support jobs within the engineering and construction sectors, particularly for the contractor M.C. Dean, Inc.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The engineering services sector, particularly for government facilities, is a significant market. This contract falls under the broader category of facility engineering and security system integration. Comparable spending benchmarks for similar federal building security upgrades can range widely depending on the size and complexity of the facility, but M.C. Dean's award is within a typical range for specialized installations at a single federal site.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). M.C. Dean, Inc. is a large prime contractor. There is no explicit information on subcontracting plans for small businesses within this specific BPA Call, which could be a missed opportunity for small business participation unless it is addressed in the broader BPA framework.

Oversight & Accountability

Oversight for this contract will primarily fall under the U.S. Marshals Service, the contracting agency. Accountability measures are embedded in the firm-fixed-price contract terms, requiring M.C. Dean, Inc. to deliver specified services within the agreed-upon price. Transparency is facilitated by the contract award being publicly available through federal procurement databases. The specific Inspector General jurisdiction would likely be that of the Department of Justice.

Related Government Programs

Risk Flags

Tags

engineering-services, facility-management, security-systems, department-of-justice, u-s-marshals-service, topeka-kansas, frank-carlson-federal-building, full-and-open-competition, firm-fixed-price, bpa-call, large-business, multi-year

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $1.0 million to M. C. DEAN, INC.. NPS INSTALLATION BPA PROJECT NUMBER: ESS-31A-0604 COURTHOUSE NAME: FRANK CARLSON FEDERAL BUILDING AND U.S. COURTHOUSE CIRCUIT: 10 SITE CODE: 31A 444 SE QUINCY ST, TOPEKA, KS 66683

Who is the contractor on this award?

The obligated recipient is M. C. DEAN, INC..

Which agency awarded this contract?

Awarding agency: Department of Justice (U.S. Marshals Service).

What is the total obligated amount?

The obligated amount is $1.0 million.

What is the period of performance?

Start: 2023-06-16. End: 2026-11-02.

What is the specific nature of the 'NPS INSTALLATION' and what are its key technical requirements?

The 'NPS INSTALLATION' likely refers to a Networked Physical Security system or a similar advanced security solution. These systems typically integrate various security components such as access control, video surveillance, intrusion detection, and communication systems. Key technical requirements would involve ensuring seamless integration of these components, compliance with federal security standards (e.g., FIPS, NIST), robust cybersecurity measures to protect the network, and reliable performance under various environmental conditions within the courthouse. The specific details would be outlined in the Statement of Work (SOW) associated with this BPA Call, which is not provided in the summary data.

How does the $1.03 million contract value compare to similar engineering service contracts for federal courthouses?

Benchmarking this $1.03 million contract requires comparing it to similar projects for federal courthouses of comparable size and complexity. Projects involving security system upgrades, HVAC modernization, or structural repairs in federal buildings can vary significantly in cost. For a single federal building's security system installation over three years, $1.03 million is a moderate figure. Larger, multi-building projects or those involving extensive renovations could easily run into tens of millions. Without specific details on the scope of 'NPS INSTALLATION,' a precise comparison is difficult, but it appears to be within a reasonable range for specialized engineering services at a single federal site.

What is M.C. Dean, Inc.'s track record with the U.S. Marshals Service and similar federal agencies?

M.C. Dean, Inc. has a substantial history of contracting with various federal agencies, including those responsible for law enforcement and federal facilities. They are known for providing engineering and technical services, including security systems, electrical infrastructure, and building automation. Their track record with the U.S. Marshals Service and agencies like the General Services Administration (GSA) often involves large-scale projects. A review of federal procurement data would reveal the volume and types of contracts they have held, their performance ratings (if available), and any past issues or successes. Generally, their continued awards suggest a satisfactory performance history.

What are the potential risks associated with a three-year firm-fixed-price contract for engineering services?

The primary risk for the government in a firm-fixed-price (FFP) contract is that the contractor may cut corners on quality or scope to maintain profitability if costs escalate unexpectedly. For the contractor, the risk lies in underestimating costs or facing unforeseen challenges that erode their profit margin. For a three-year duration, risks include material price fluctuations, labor cost increases, and potential changes in technology or requirements that may not be easily accommodated within the FFP structure without formal change orders. Diligent oversight by the U.S. Marshals Service is crucial to mitigate these risks and ensure the delivered services meet all specifications.

How has federal spending on engineering services for facility management evolved over the past five years?

Federal spending on engineering services for facility management has generally seen a steady increase over the past five years, driven by aging infrastructure, modernization efforts, and evolving security requirements. Agencies like the GSA, Department of Defense, and Department of Justice consistently allocate significant budgets towards maintaining and upgrading federal buildings. Factors influencing this trend include increased focus on energy efficiency, cybersecurity for building systems, and the need for resilient infrastructure. While specific figures fluctuate annually based on appropriations and project priorities, the overall demand for these services remains robust, reflecting the government's commitment to its real property assets.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

Product/Service Code: ALARM, SIGNAL, SECURITY DETECTION

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 15M20019RA32NPS04

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1765 GREENSBORO STATION PL, TYSONS, VA, 22102

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

Financial Breakdown

Contract Ceiling: $1,027,218

Exercised Options: $1,027,218

Current Obligation: $1,027,218

Actual Outlays: $641,656

Subaward Activity

Number of Subawards: 6

Total Subaward Amount: $435,089

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 15M20019AA32NP01D

IDV Type: BPA

Timeline

Start Date: 2023-06-16

Current End Date: 2026-11-02

Potential End Date: 2026-11-02 00:00:00

Last Modified: 2026-04-07

More Contracts from M. C. Dean, Inc.

View all M. C. Dean, Inc. federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending