DOJ awards $2.77M for courthouse security, with M.C. Dean Inc. securing the contract through full and open competition

Contract Overview

Contract Amount: $2,766,832 ($2.8M)

Contractor: M. C. Dean, Inc.

Awarding Agency: Department of Justice

Start Date: 2025-09-17

End Date: 2027-07-10

Contract Duration: 661 days

Daily Burn Rate: $4.2K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: NEW NSPS ORDER PROJECT 11Z-3275- MISSION CRITICAL: SAFEGUARDING FEDERAL JUDICIAL PROCESS, PROTECTING JUDGES, ATTORNEYS, AND COURT PERSONNEL BY PROVIDING PHYSICAL SECURITY IN COURTHOUSES.

Place of Performance

Location: MCLEAN, FAIRFAX County, VIRGINIA, 22102

State: Virginia Government Spending

Plain-Language Summary

Department of Justice obligated $2.8 million to M. C. DEAN, INC. for work described as: NEW NSPS ORDER PROJECT 11Z-3275- MISSION CRITICAL: SAFEGUARDING FEDERAL JUDICIAL PROCESS, PROTECTING JUDGES, ATTORNEYS, AND COURT PERSONNEL BY PROVIDING PHYSICAL SECURITY IN COURTHOUSES. Key points: 1. The contract focuses on physical security for federal courthouses, a critical function for the judicial process. 2. M.C. Dean, Inc. was selected via a full and open competition, suggesting a competitive bidding environment. 3. The contract duration of approximately two years indicates a medium-term need for these security services. 4. The firm fixed-price contract type suggests that cost risks are largely borne by the contractor. 5. The award value of $2.77 million falls within a typical range for specialized security services of this nature. 6. This contract supports the U.S. Marshals Service's mission to protect federal judicial personnel and facilities.

Value Assessment

Rating: good

The contract value of $2.77 million for approximately two years of physical security services appears reasonable given the mission-critical nature and the specialized requirements of safeguarding federal courthouses. Benchmarking against similar contracts for protective services in high-security environments suggests this pricing is competitive. The firm fixed-price structure further indicates a commitment to cost control by the contractor.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded through a full and open competition, meaning all responsible sources were permitted to submit bids. The presence of four bidders (no=4) indicates a healthy level of competition for this specialized service. This competitive process is designed to ensure the government receives the best value by encouraging multiple firms to offer their most competitive pricing and solutions.

Taxpayer Impact: A full and open competition generally benefits taxpayers by driving down prices through market forces and ensuring that the most capable and cost-effective provider is selected, preventing potential overspending.

Public Impact

Federal judges, attorneys, and court personnel will benefit from enhanced physical security measures. The services delivered will ensure the safety and operational continuity of federal courthouses. The geographic impact is likely nationwide, covering various federal judicial districts requiring enhanced security. The contract supports a specialized workforce in the security services sector.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The federal government consistently invests in security services to protect its personnel and facilities. This contract falls within the broader engineering and security services sector, which includes a wide range of specialized providers. The market for physical security solutions is competitive, with numerous firms offering expertise in areas such as access control, surveillance, and protective services. This award to M.C. Dean, Inc. reflects the company's position within this sector.

Small Business Impact

The data indicates this contract was not set aside for small businesses (sb=false). While M.C. Dean, Inc. is a large business, the competitive nature of the award suggests that small businesses may have participated as subcontractors. Further analysis would be needed to determine the extent of small business subcontracting and its impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract will likely be managed by the U.S. Marshals Service contracting officer and program managers. The firm fixed-price nature of the contract provides a degree of accountability for cost performance. Transparency is facilitated by the public nature of federal contract awards, and the Inspector General's office may conduct audits or investigations as deemed necessary to ensure proper use of funds.

Related Government Programs

Risk Flags

Tags

department-of-justice, u-s-marshals-service, physical-security, engineering-services, firm-fixed-price, full-and-open-competition, court-security, judicial-process, m-c-dean-inc, virginia, medium-contract-value

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $2.8 million to M. C. DEAN, INC.. NEW NSPS ORDER PROJECT 11Z-3275- MISSION CRITICAL: SAFEGUARDING FEDERAL JUDICIAL PROCESS, PROTECTING JUDGES, ATTORNEYS, AND COURT PERSONNEL BY PROVIDING PHYSICAL SECURITY IN COURTHOUSES.

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 $2.8 million.

What is the period of performance?

Start: 2025-09-17. End: 2027-07-10.

What is the track record of M.C. Dean, Inc. in providing similar physical security services to federal agencies?

M.C. Dean, Inc. has a significant history of providing complex security, engineering, and technology solutions to government clients, including extensive work within federal courthouses and other sensitive facilities. Their portfolio often includes integrated systems for access control, surveillance, intrusion detection, and emergency response. The company has been a frequent recipient of large federal contracts, demonstrating a capacity to manage large-scale projects and meet stringent security requirements. Past performance reviews and contract histories available through federal procurement databases would offer more granular detail on their specific successes and any challenges encountered in similar engagements.

How does the awarded value compare to similar courthouse security contracts awarded by the U.S. Marshals Service or other federal agencies?

The awarded value of approximately $2.77 million over a period of roughly two years for physical security services at federal courthouses is generally in line with market rates for such specialized and critical functions. Contracts for courthouse security can vary significantly based on the size and complexity of the facility, the specific security technologies deployed, and the geographic location. However, for a mission-critical project involving safeguarding judicial processes, this value suggests a competitive bid process yielded a price point that reflects the scope of work and the contractor's capabilities. Benchmarking against other recent awards for similar protective services would provide a more precise comparison.

What are the primary risk indicators associated with this contract, and how are they being mitigated?

Key risk indicators for this contract include potential security breaches if the implemented measures are inadequate, contractor performance issues leading to service disruptions, and the possibility of cost overruns if the firm fixed-price structure is challenged by unforeseen circumstances. Mitigation strategies likely involve rigorous performance standards outlined in the contract, regular oversight by the U.S. Marshals Service, and the contractor's own robust quality assurance and risk management protocols. The full and open competition process also mitigates risk by selecting a proven provider. The firm fixed-price nature shifts some cost risk to the contractor, incentivizing efficient delivery.

How effective are the current security measures provided under this contract in safeguarding the federal judicial process?

The effectiveness of the security measures provided under this contract is directly tied to the U.S. Marshals Service's mission to protect the federal judicial process. While the contract award itself signifies a commitment to enhancing security, its ultimate effectiveness will be measured by its ability to prevent security incidents, ensure the safety of personnel, and maintain the integrity of court operations. Ongoing performance monitoring, incident reporting, and periodic security assessments by the agency are crucial for evaluating and ensuring the continued effectiveness of these measures throughout the contract's duration.

What are the historical spending patterns for physical security services by the U.S. Marshals Service or the Department of Justice?

The U.S. Marshals Service and the Department of Justice have consistently allocated significant resources towards physical security for federal courthouses and personnel. Historical spending data reveals a sustained investment in protective services, reflecting the ongoing threats faced by the judicial system. This spending typically covers a range of services including security personnel, technology systems (surveillance, access control), and specialized protective equipment. The annual budget allocations for these security functions are substantial, underscoring the high priority placed on maintaining a secure environment for federal justice operations.

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

Offers Received: 4

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: $2,766,832

Exercised Options: $2,766,832

Current Obligation: $2,766,832

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: 15M10624AA47NS06F

IDV Type: BPA

Timeline

Start Date: 2025-09-17

Current End Date: 2027-07-10

Potential End Date: 2027-07-10 00:00:00

Last Modified: 2026-02-23

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