State Department awards $4.2M for armored vehicles, with a 3-year performance period
Contract Overview
Contract Amount: $4,240,470 ($4.2M)
Contractor: Square ONE Armoring Services CO
Awarding Agency: Department of State
Start Date: 2025-09-12
End Date: 2028-08-24
Contract Duration: 1,077 days
Daily Burn Rate: $3.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: LEVEL C EXPRESS VANS
Place of Performance
Location: MIAMI, MIAMI-DADE County, FLORIDA, 33186
State: Florida Government Spending
Plain-Language Summary
Department of State obligated $4.2 million to SQUARE ONE ARMORING SERVICES CO for work described as: LEVEL C EXPRESS VANS Key points: 1. Value for money appears reasonable given the specialized nature of armored vehicles. 2. Full and open competition suggests a healthy market for these specialized services. 3. The contract duration of nearly three years provides stability for the contractor and agency. 4. Performance is tied to a firm fixed price, aligning contractor incentives with cost control. 5. The award falls within the manufacturing sector for military armored vehicles. 6. No small business set-aside was utilized, indicating a focus on specialized capabilities.
Value Assessment
Rating: good
The contract value of $4.2 million for armored vehicles over approximately three years seems within a reasonable range for specialized equipment. Benchmarking against similar contracts for military-grade armored vehicles is challenging without more specific technical details, but the price appears competitive given the niche market. The firm fixed-price structure is a positive indicator for cost predictability.
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 were likely invited to bid. This approach generally leads to a broader range of proposals and potentially more competitive pricing. The fact that it was a BPA call suggests it was part of a pre-established agreement, streamlining the process while still allowing for competition among eligible vendors.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it encourages a competitive environment, driving down prices and ensuring the government receives the best value for its investment in critical security assets.
Public Impact
The primary beneficiaries are the Department of State personnel who will utilize these armored vehicles for security and operational needs. The contract delivers essential armored vehicles, crucial for protecting personnel in potentially high-risk environments. The geographic impact is primarily within Florida, where the contractor is located, but the vehicles will likely be deployed globally by the State Department. The contract supports specialized manufacturing jobs within the defense and security sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for long-term reliance on a single supplier if future needs mirror this contract.
- Limited visibility into the specific technical specifications and threat assessments driving the need for these vehicles.
Positive Signals
- Firm fixed-price contract structure incentivizes cost control.
- Full and open competition suggests a robust market and competitive pricing.
- Clear performance period and delivery schedule provide accountability.
Sector Analysis
This contract falls within the defense and security sector, specifically focusing on the manufacturing and supply of armored vehicles. The market for such specialized equipment is relatively niche, dominated by a few key manufacturers with the expertise and certifications required. Spending in this area is driven by national security requirements and the need to protect personnel in various operational theaters.
Small Business Impact
The contract was not set aside for small businesses, which is common for highly specialized defense equipment requiring significant manufacturing capabilities and certifications. This suggests that the primary awardee likely possesses the scale and expertise necessary for producing military-grade armored vehicles. There is no explicit mention of subcontracting requirements for small businesses in the provided data.
Oversight & Accountability
Oversight will be managed by the Department of State, likely through contracting officers and program managers responsible for ensuring delivery and compliance with contract terms. Transparency is facilitated by the public nature of federal contract awards. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Department of Defense Armored Vehicle Procurement
- Department of Homeland Security Vehicle Contracts
- State Department Diplomatic Security Vehicles
Risk Flags
- Specialized Equipment Procurement
- Defense Sector Supply Chain
- International Operations Support
Tags
defense, department-of-state, florida, armored-vehicle, manufacturing, full-and-open-competition, bpa-call, firm-fixed-price, specialized-equipment, national-security
Frequently Asked Questions
What is this federal contract paying for?
Department of State awarded $4.2 million to SQUARE ONE ARMORING SERVICES CO. LEVEL C EXPRESS VANS
Who is the contractor on this award?
The obligated recipient is SQUARE ONE ARMORING SERVICES CO.
Which agency awarded this contract?
Awarding agency: Department of State (Department of State).
What is the total obligated amount?
The obligated amount is $4.2 million.
What is the period of performance?
Start: 2025-09-12. End: 2028-08-24.
What is the specific type and capability of the 'LEVEL C EXPRESS VANS' being procured?
The provided data identifies the item as 'LEVEL C EXPRESS VANS' and categorizes it under 'Military Armored Vehicle, Tank, and Tank Component Manufacturing.' However, specific technical details regarding the level of ballistic protection (e.g., NIJ standards), payload capacity, operational range, and specialized equipment are not detailed in the summary. 'Level C' typically refers to a specific protection standard, but without further context from the Statement of Work or technical specifications, it's difficult to ascertain the exact capabilities. These vans are likely designed for secure transport of personnel or sensitive materials in environments requiring a moderate level of ballistic and blast resistance.
How does the awarded price of $4.2 million compare to similar armored vehicle procurements by federal agencies?
Direct comparison of the $4.2 million award for 'LEVEL C EXPRESS VANS' to similar armored vehicle procurements is challenging without knowing the exact specifications, quantity, and duration of the contract. Armored vehicle costs vary significantly based on protection levels, chassis type, customization, and manufacturer. For context, less specialized armored SUVs can range from $100,000 to $300,000, while heavily armored personnel carriers or mine-resistant vehicles can cost upwards of $500,000 to over $1 million each. Given this is a BPA call with a total award value, it likely covers multiple vehicles or a specific package of services over its term. The price appears reasonable for specialized, potentially custom-built vehicles, especially considering the firm fixed-price nature which often includes a premium for risk transfer.
What are the key performance indicators (KPIs) and delivery milestones for this contract?
The provided data indicates a performance period from the award date (implied shortly after award) through August 24, 2028, with a duration of 1077 days (approximately 3 years). Key performance indicators would typically revolve around the timely delivery of the specified armored vehicles, adherence to technical specifications (e.g., ballistic protection levels, operational readiness), and potentially post-delivery support or warranty provisions. Specific milestones would be detailed in the contract's Statement of Work, outlining phases for design, manufacturing, testing, and final delivery. Failure to meet these KPIs or milestones could result in penalties or contract termination, as is standard in government contracting.
What is the track record of SQUARE ONE ARMORING SERVICES CO in fulfilling government contracts, particularly for armored vehicles?
Information regarding the specific track record of 'SQUARE ONE ARMORING SERVICES CO' for government contracts, especially for armored vehicles, is not detailed in the provided summary data. A comprehensive assessment would require reviewing their past performance ratings on federal contract databases (like the Contractor Performance Assessment Reporting System - CPARS), their history with the Department of State or other defense agencies, and any prior awards for similar equipment. Without this external data, it's presumed they were selected based on their ability to meet the requirements through the full and open competition process, suggesting they possess the necessary qualifications and experience.
What are the potential risks associated with this contract, and how are they being mitigated?
Potential risks include delivery delays, technical non-conformance with specifications, cost overruns (though mitigated by FFP), and the contractor's financial stability. Mitigation strategies typically involve rigorous inspection and acceptance testing, clear contract terms with defined penalties for non-performance, and monitoring the contractor's financial health and performance history. The firm fixed-price (FFP) contract structure itself is a risk mitigation tool, placing the cost risk on the contractor. The full and open competition process also helps mitigate risks by ensuring multiple vendors are considered, potentially weeding out less capable or reliable bidders.
How does this contract align with the Department of State's broader mission and security objectives?
This contract directly supports the Department of State's mission by providing essential security assets for personnel operating in potentially hazardous environments worldwide. Armored vehicles are critical for diplomatic security, ensuring the safety of diplomats and staff during missions, evacuations, or in regions with elevated security threats. The procurement aligns with the agency's objective to maintain operational capability and protect its personnel, thereby enabling the effective execution of foreign policy and diplomatic functions.
Industry Classification
NAICS: Manufacturing › Other Transportation Equipment Manufacturing › Military Armored Vehicle, Tank, and Tank Component Manufacturing
Product/Service Code: MOTOR VEHICLES, CYCLES, TRAILERS
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: 12370 SW 130TH ST, MIAMI, FL, 33186
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Manufacturer of Goods, Minority Owned Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $4,240,470
Exercised Options: $4,240,470
Current Obligation: $4,240,470
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: SAQMMA16A0287
IDV Type: BPA
Timeline
Start Date: 2025-09-12
Current End Date: 2028-08-24
Potential End Date: 2028-08-24 00:00:00
Last Modified: 2026-04-13
More Contracts from Square ONE Armoring Services CO
- Armored TLC300 — $28.6M (Department of State)
- Armoring of Toyota Land Cruiser Model 200 and Toyota Hilux — $14.2M (Department of State)
- Armored TLC300 — $13.7M (Department of State)
- Armored Toyota Land Cruiser 300 — $8.1M (Department of State)
View all Square ONE Armoring Services CO federal contracts →
Other Department of State Contracts
- Care Logistical Support Services - Clss — $2.3B (Xator LLC)
- Task Order to Provide Project Management Support, Transition Support, Engineering and Design Support, Securing the Infrastructure Support and O&M Support for the Department's IT Consolidation Program — $2.1B (Science Applications International Corporation)
- Global Security Engineering&supply Chain Services — $1.5B (General Dynamics Information Technology, Inc.)
- Slmaqm04c0030 — $1.2B (Dyncorp International LLC)
- THE Purpose of This Action IS to Establish a NEW Contract With General Dynamics Information Technology for Global Supply Chain Management, Logistics and Technology Development Services to Support the Department of State. the Initial Funding Associated With This Contract IS $22,304,578.00. the Overall Contract Value IS $2,200,000,000.00 — $1.2B (General Dynamics Information Technology, Inc.)