DOJ's $945K Judicial Security Contract Awarded to Johnson Controls for Critical Mandate
Contract Overview
Contract Amount: $945,274 ($945.3K)
Contractor: Johnson Controls Security Solutions LLC
Awarding Agency: Department of Justice
Start Date: 2025-08-04
End Date: 2026-12-17
Contract Duration: 500 days
Daily Burn Rate: $1.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NEW ORDER USMS NPSP BPA CRITICAL MANDATE: SAFEGUARDING THE FEDERAL JUDICIAL PROCESS, INCLUDING PROTECTING JUDGES, ATTORNEYS, AND COURT PERSONNEL. PROVIDING PHYSICAL SECURITY IN COURTHOUSES.
Place of Performance
Location: PASADENA, LOS ANGELES County, CALIFORNIA, 91105
Plain-Language Summary
Department of Justice obligated $945,273.87 to JOHNSON CONTROLS SECURITY SOLUTIONS LLC for work described as: NEW ORDER USMS NPSP BPA CRITICAL MANDATE: SAFEGUARDING THE FEDERAL JUDICIAL PROCESS, INCLUDING PROTECTING JUDGES, ATTORNEYS, AND COURT PERSONNEL. PROVIDING PHYSICAL SECURITY IN COURTHOUSES. Key points: 1. Contract supports the U.S. Marshals Service's vital mission to protect federal judicial personnel and courthouses. 2. Awarded via a BPA Call under a Full and Open Competition, indicating a competitive bidding process. 3. The contract duration extends over two years, suggesting a need for sustained security services. 4. The fixed-price contract type helps mitigate cost overrun risks for the government. 5. The specific North American Industry Classification System (NAICS) code points to specialized security systems services. 6. The contract's value is modest relative to broader federal security spending, but critical for its specific purpose.
Value Assessment
Rating: good
The contract value of approximately $945,000 over its period of performance appears reasonable for specialized security systems services. Benchmarking against similar contracts for courthouse security or judicial protection is challenging without more specific service details. However, the use of a BPA Call suggests that pricing was likely negotiated and potentially benchmarked against the underlying BPA terms, which are typically established through competitive means. The firm fixed-price nature provides cost certainty.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under a Full and Open Competition, meaning all responsible sources were permitted to submit an offer. The data indicates there were 5 bids received, suggesting a healthy level of competition for this requirement. A competitive process like this generally leads to better price discovery and ensures the government receives offers from multiple qualified vendors, potentially driving down costs and improving service quality.
Taxpayer Impact: The full and open competition ensures that taxpayer dollars are used efficiently by fostering a competitive environment that can lead to more favorable pricing and a wider selection of qualified providers for essential judicial security services.
Public Impact
Federal judges, attorneys, and court personnel across the U.S. benefit from enhanced physical security. Courthouses nationwide will receive critical security system services, contributing to a safer judicial environment. The U.S. Marshals Service is the primary beneficiary, receiving support for its core protective mission. The contract supports the operational integrity and safety of the federal judicial process.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if services are highly specialized and difficult to transition.
- Reliance on a single vendor for critical security systems could pose a risk if the vendor experiences operational issues.
- Ensuring ongoing compliance with evolving security standards and technologies requires vigilant oversight.
Positive Signals
- Awarded under a competitive process, suggesting a strong initial value proposition.
- Firm fixed-price contract provides cost predictability.
- The contract supports a critical government function, indicating a high level of importance and likely robust performance expectations.
Sector Analysis
This contract falls within the Security Systems Services sector, a niche within the broader professional, scientific, and technical services industry. This sector involves the design, installation, and maintenance of security systems, including alarms, surveillance, and access control. The federal government is a significant consumer of these services, particularly for sensitive facilities like courthouses and federal buildings. Spending in this area is driven by national security needs and the protection of government assets and personnel. Comparable spending benchmarks would typically be found within broader federal security services contracts or specific agency protective service budgets.
Small Business Impact
The provided data indicates that small business participation (ss: false, sb: false) was not a specific set-aside criterion for this contract. While this particular award may not directly benefit small businesses through a set-aside, the prime contractor, Johnson Controls Security Solutions LLC, may engage small businesses 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 would primarily reside with the U.S. Marshals Service, the end-user agency, and the contracting officers within the Department of Justice. Accountability measures are inherent in the firm fixed-price contract type, which obligates the contractor to deliver specified services within the agreed-upon price. Transparency is facilitated by the public availability of contract awards, though detailed performance metrics and specific oversight activities are not publicly disclosed.
Related Government Programs
- Federal Protective Service Contracts
- Department of Homeland Security Security Services
- General Services Administration (GSA) Schedule Contracts for Security Equipment and Services
- Department of Justice IT and Security Services
Risk Flags
- Critical Infrastructure Protection
- National Security Mandate
- Potential for Single Point of Failure
- Reliance on Specialized Technology
Tags
security-systems-services, department-of-justice, u-s-marshals-service, bpa-call, firm-fixed-price, full-and-open-competition, california, medium-value, judicial-security, federal-buildings
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $945,273.87 to JOHNSON CONTROLS SECURITY SOLUTIONS LLC. NEW ORDER USMS NPSP BPA CRITICAL MANDATE: SAFEGUARDING THE FEDERAL JUDICIAL PROCESS, INCLUDING PROTECTING JUDGES, ATTORNEYS, AND COURT PERSONNEL. PROVIDING PHYSICAL SECURITY IN COURTHOUSES.
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 $945,273.87.
What is the period of performance?
Start: 2025-08-04. End: 2026-12-17.
What is the track record of Johnson Controls Security Solutions LLC with the federal government, particularly in providing security systems services?
Johnson Controls Security Solutions LLC has a significant history of federal contracting. While specific details for this exact entity require deeper database searches, Johnson Controls as a parent company is a major player in building technologies and security. They have secured numerous federal contracts across various agencies for security systems, HVAC, and facility management. Their track record generally indicates experience with large-scale government projects. However, a thorough review would involve examining past performance evaluations, any past disputes or contract terminations, and the specific types of security systems they have previously deployed for federal clients to ensure suitability for the U.S. Marshals Service's critical mandate.
How does the pricing of this contract compare to similar security systems services contracts awarded by the U.S. Marshals Service or other federal agencies?
Direct per-unit cost comparison is difficult without knowing the specific security systems and services procured under this BPA Call. However, the total contract value of approximately $945,000 over roughly two years (ending December 2026) suggests a moderate annual spend. The fact that it was awarded under a Full and Open Competition with 5 bidders implies competitive pricing was achieved. To benchmark effectively, one would need to compare the scope of work, service levels, and technology deployed against other similar contracts for courthouse security, judicial protection, or high-security facility management awarded by agencies like the GSA, FBI, or other components of the DOJ. The firm fixed-price nature also suggests that the government has a clear understanding of the costs involved.
What are the primary risks associated with this contract, and what mitigation strategies are in place?
Key risks include potential vendor performance issues, technological obsolescence of security systems, and the criticality of the service to judicial safety. If Johnson Controls fails to perform adequately, it could compromise the security of federal personnel and facilities. Mitigation strategies include the firm fixed-price contract type, which incentivizes contractor performance, and the oversight provided by the U.S. Marshals Service. The competitive award process also reduces the risk of selecting an underqualified vendor. Furthermore, the contract's duration is relatively short (under two years), allowing for reassessment and potential re-competition if performance is unsatisfactory. Robust Service Level Agreements (SLAs) within the BPA Call would further define performance expectations and remedies.
How effective is the U.S. Marshals Service in managing contracts for security systems to ensure the safety of the federal judiciary?
The U.S. Marshals Service (USMS) is mandated with protecting the federal judiciary, making effective contract management for security systems a core competency. They typically leverage experienced contracting officers and subject matter experts to define requirements, oversee performance, and ensure compliance. Their long-standing mission implies a mature understanding of the security needs of courthouses and judicial personnel. While specific effectiveness metrics for contract management are not publicly available, the continued safe operation of federal courts suggests a generally high level of effectiveness. The use of competitive bidding and firm fixed-price contracts, as seen here, are standard best practices that contribute to effective management and value for taxpayer money.
What are the historical spending patterns for security systems services by the U.S. Marshals Service or the Department of Justice?
Historical spending patterns for security systems services by the USMS and DOJ are substantial, reflecting the critical nature of protecting federal judges, courthouses, and personnel. While this specific $945K BPA Call is a relatively small component, the overall budget for protective services, including physical security systems, is significant. The DOJ's annual budget consistently allocates funds towards law enforcement and security operations. Spending trends often reflect evolving threats, technological advancements in security, and the expansion or consolidation of federal court facilities. Analyzing historical data would reveal fluctuations based on security directives, infrastructure projects, and the lifecycle of existing security systems requiring upgrades or replacement.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Security 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
Solicitation ID: 15M10624QA4700167
Offers Received: 5
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: $945,274
Exercised Options: $945,274
Current Obligation: $945,274
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 15M10624AA47NS07G
IDV Type: BPA
Timeline
Start Date: 2025-08-04
Current End Date: 2026-12-17
Potential End Date: 2026-12-17 00:00:00
Last Modified: 2026-04-07
More Contracts from Johnson Controls Security Solutions LLC
- THE Purpose of This BPA IS to Provide Bridge Services for Expiring BPA Contract Hsfe50-17-A-0006 — $12.5M (Department of Homeland Security)
- Physical Security Program Management & Emergency Operations Center Support — $4.4M (Department of the Treasury)
- NEW Task Order - Upgrade of Courthouse Video Management and Pacs — $4.1M (Department of Justice)
- NPS Install Project — $4.0M (Department of Justice)
- NPS BPA Installation Project — $3.8M (Department of Justice)
View all Johnson Controls Security Solutions LLC federal contracts →
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.)