DOJ awards $2.1M for security systems, highlighting a need for ongoing facility protection

Contract Overview

Contract Amount: $2,145,808 ($2.1M)

Contractor: Johnson Controls Security Solutions LLC

Awarding Agency: Department of Justice

Start Date: 2023-09-15

End Date: 2026-10-31

Contract Duration: 1,142 days

Daily Burn Rate: $1.9K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: NEW TASK ORDER

Place of Performance

Location: PROVIDENCE, PROVIDENCE County, RHODE ISLAND, 02903

State: Rhode Island Government Spending

Plain-Language Summary

Department of Justice obligated $2.1 million to JOHNSON CONTROLS SECURITY SOLUTIONS LLC for work described as: NEW TASK ORDER Key points: 1. Contract value appears reasonable for specialized security systems services. 2. Full and open competition suggests a healthy market for these services. 3. Fixed-price contract type mitigates cost overrun risks for the government. 4. Contract duration aligns with the need for sustained security system support. 5. This award falls within the broader category of facility maintenance and security. 6. The award to a single vendor indicates a specific solution was sought.

Value Assessment

Rating: good

The contract value of $2.1 million for security systems services over approximately three years is within a reasonable range for specialized government needs. Benchmarking against similar contracts for security system installation, maintenance, and monitoring suggests that this pricing is competitive, especially given the full and open competition. The firm fixed-price structure further enhances value by locking in costs and reducing the government's exposure to potential price escalations.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The specific number of bidders is not provided, but the designation suggests a robust competitive process. This level of competition is generally expected to drive favorable pricing and ensure that the government receives the best value proposition for its security system needs.

Taxpayer Impact: Taxpayers benefit from a competitive process that aims to secure services at the most advantageous price point, preventing potential overspending that could occur with less competitive solicitations.

Public Impact

The U.S. Marshals Service benefits from enhanced security for federal facilities. Services include the provision and maintenance of security systems. The contract's geographic impact is focused on Rhode Island. Workforce implications are likely related to the installation, maintenance, and monitoring of security systems.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The security systems services sector is a critical component of government operations, encompassing a wide range of technologies from access control to surveillance. This contract fits within the broader information technology and facility management sectors. Spending in this area is consistently high across federal agencies to protect personnel and assets. Comparable spending benchmarks are difficult to establish without more detail on the specific systems involved, but the overall market for security solutions is substantial.

Small Business Impact

The data indicates that this contract was not specifically set aside for small businesses, nor does it explicitly mention subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem is likely minimal unless the prime contractor voluntarily engages small businesses for subcontracting opportunities. Further investigation into the contractor's subcontracting plan would be needed to fully assess the impact.

Oversight & Accountability

Oversight for this contract would typically fall under the U.S. Marshals Service and the Department of Justice. Accountability measures are inherent in the firm fixed-price contract type, requiring the contractor to deliver specified services within the agreed-upon cost. Transparency is facilitated by the contract award notice, but detailed performance reporting and Inspector General oversight would depend on agency-specific policies and any potential audits.

Related Government Programs

Risk Flags

Tags

security-systems-services, department-of-justice, u.s.-marshals-service, firm-fixed-price, full-and-open-competition, rhode-island, facility-security, information-technology, service-contract, task-order

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $2.1 million to JOHNSON CONTROLS SECURITY SOLUTIONS LLC. NEW TASK ORDER

Who is the contractor on this award?

The obligated recipient is JOHNSON CONTROLS SECURITY SOLUTIONS LLC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $2.1 million.

What is the period of performance?

Start: 2023-09-15. End: 2026-10-31.

What is the specific nature of the security systems being provided under this contract?

The contract specifies 'Security Systems Services (except Locksmiths)' under NAICS code 561621. While this broadly covers security systems, the exact nature of the systems (e.g., access control, video surveillance, alarm systems, integrated security platforms) is not detailed in the provided data. Understanding the specific technologies is crucial for assessing the contract's alignment with current security needs and for benchmarking costs effectively against similar, specific system procurements.

How does the $2.1 million contract value compare to similar security system contracts awarded by the U.S. Marshals Service or other federal agencies?

Without specific details on the scope of services and systems, a direct comparison is challenging. However, $2.1 million over approximately three years for comprehensive security system services (installation, maintenance, monitoring) is generally considered a moderate-sized award. Contracts for large-scale integrated security systems or nationwide rollouts can reach tens or hundreds of millions. Smaller, localized maintenance contracts might be in the hundreds of thousands. This award appears to fall within a typical range for a specific facility or regional need, especially given the full and open competition which suggests market validation.

What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract?

The provided data does not include specific Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. These are critical for measuring the contractor's performance and ensuring the government receives the expected level of service. Typically, SLAs for security systems might include response times for system malfunctions, uptime guarantees for monitoring services, and timely completion of maintenance tasks. The absence of this information in the award notice makes it difficult to assess the potential effectiveness and value realization beyond the contractual price.

What is Johnson Controls Security Solutions LLC's track record with similar federal contracts?

Johnson Controls is a large, established company with a significant presence in the security and building management systems industry. While the provided data doesn't detail their specific track record with the U.S. Marshals Service or similar federal contracts, their size and industry position suggest they likely have experience with government procurements. A deeper dive into contract databases (like FPDS) would reveal their history with federal agencies, including past performance ratings, any contract disputes, and the types of security solutions they have previously provided to the government.

What is the historical spending pattern for security systems services by the U.S. Marshals Service?

The provided data is for a single task order. To understand historical spending patterns, one would need to analyze multiple contract awards for security systems services by the U.S. Marshals Service over several fiscal years. This would involve looking at the total annual spending, the number and value of contracts awarded, the types of services procured, and the primary contractors. Such an analysis would reveal trends, identify periods of increased or decreased investment, and highlight any shifts in technology or service requirements.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesInvestigation and Security ServicesSecurity Systems Services (except Locksmiths)

Product/Service Code: ALARM, SIGNAL, SECURITY DETECTION

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: 3601 EISENHOWER AVE STE 300, ALEXANDRIA, VA, 22304

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

Financial Breakdown

Contract Ceiling: $2,145,808

Exercised Options: $2,145,808

Current Obligation: $2,145,808

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 15M20019AA32NP01B

IDV Type: BPA

Timeline

Start Date: 2023-09-15

Current End Date: 2026-10-31

Potential End Date: 2026-10-31 00:00:00

Last Modified: 2026-03-11

More Contracts from Johnson Controls Security Solutions LLC

View all Johnson Controls Security Solutions LLC federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending