FAA awards $138K for Great Lakes regional office security system design, with 90% of funds obligated

Contract Overview

Contract Amount: $98,856 ($98.9K)

Contractor: M. C. Dean, Inc.

Awarding Agency: Department of Transportation

Start Date: 2022-06-01

End Date: 2025-06-01

Contract Duration: 1,096 days

Daily Burn Rate: $90/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: SECURITY SYSTEMS DESIGN & INTEGRATION FOR GREAT LAKES REGIONAL OFFICE AGL-1 PHASE 1 DESIGN ONLY TOTAL COST - $138,092.20 VENDOR: MC DEAN 693KA8-19-D-00007 2022-GL-011 CLIN 1103/1106/1107 THIS IS A PROJECT CONSISTING OF A NEW FSL-3

Place of Performance

Location: ROLLING MEADOWS, COOK County, ILLINOIS, 60008

State: Illinois Government Spending

Plain-Language Summary

Department of Transportation obligated $98,856 to M. C. DEAN, INC. for work described as: SECURITY SYSTEMS DESIGN & INTEGRATION FOR GREAT LAKES REGIONAL OFFICE AGL-1 PHASE 1 DESIGN ONLY TOTAL COST - $138,092.20 VENDOR: MC DEAN 693KA8-19-D-00007 2022-GL-011 CLIN 1103/1106/1107 THIS IS A PROJECT CONSISTING OF A NEW FSL-3 Key points: 1. Contract awarded for initial design phase of security systems integration. 2. Vendor selected through full and open competition. 3. Project duration spans three years, indicating a phased approach. 4. Focus on security systems services, a niche but critical sector. 5. Contract type is Firm Fixed Price, providing cost certainty. 6. Geographic focus on the Great Lakes region, specifically Illinois.

Value Assessment

Rating: good

The total contract value of $138,092.20 for the design phase appears reasonable for a specialized security system integration project. Benchmarking against similar design-only contracts for federal facilities is challenging without more specific project scope details. However, the obligated amount of $98,856 suggests significant progress or commitment within the initial stages of the project. The fixed-price nature of the contract helps manage cost expectations.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This 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 method of competition suggests a healthy market for security system design services. This approach generally leads to better price discovery and potentially more innovative solutions.

Taxpayer Impact: Full and open competition is favorable for taxpayers as it encourages competitive pricing and ensures the government receives the best value for its investment.

Public Impact

Benefits the Federal Aviation Administration (FAA) by enhancing security at its Great Lakes Regional Office. Delivers design services for a new security system, laying the groundwork for future implementation. Geographic impact is concentrated in Illinois, supporting federal operations in the region. Workforce implications include specialized design and engineering roles within the security systems sector.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The security systems services sector is a specialized area within the broader facilities management and technology industries. This contract falls under NAICS code 561621 (Security Systems Services (except Locksmiths)). The market for such services is driven by government and private sector needs for physical security, access control, surveillance, and alarm systems. Federal spending in this area is consistent, reflecting ongoing requirements for secure infrastructure.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses, nor does it explicitly mention subcontracting requirements for small businesses. Further analysis would be needed to determine if small businesses are involved in the supply chain or if there are opportunities for them in subsequent phases of this project.

Oversight & Accountability

Oversight for this contract would typically fall under the Federal Aviation Administration's contracting and program management offices. The contract's fixed-price nature provides a degree of cost control. Transparency is facilitated by the contract award being publicly available. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

security-systems, design-services, faa, department-of-transportation, illinois, firm-fixed-price, full-and-open-competition, regional-office, federal-aviation-administration, security-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $98,856 to M. C. DEAN, INC.. SECURITY SYSTEMS DESIGN & INTEGRATION FOR GREAT LAKES REGIONAL OFFICE AGL-1 PHASE 1 DESIGN ONLY TOTAL COST - $138,092.20 VENDOR: MC DEAN 693KA8-19-D-00007 2022-GL-011 CLIN 1103/1106/1107 THIS IS A PROJECT CONSISTING OF A NEW FSL-3

Who is the contractor on this award?

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

Which agency awarded this contract?

Awarding agency: Department of Transportation (Federal Aviation Administration).

What is the total obligated amount?

The obligated amount is $98,856.

What is the period of performance?

Start: 2022-06-01. End: 2025-06-01.

What is the track record of M.C. Dean, Inc. with the Federal Aviation Administration and Department of Transportation?

M.C. Dean, Inc. has a significant history of contracting with various federal agencies, including the Department of Transportation and its sub-agencies like the FAA. Their portfolio often includes large-scale engineering, integration, and support services for critical infrastructure, including security systems. Reviewing their past performance on similar FAA or DOT projects, particularly those involving security system design and integration, would provide insight into their capabilities, on-time delivery, and adherence to budget. Specific contract history, including any past performance issues or commendations, would be crucial for a comprehensive assessment. Without access to detailed historical contract performance data, it's difficult to provide a definitive assessment, but their presence as a large government contractor suggests experience in this domain.

How does the cost of this design phase compare to similar security system design contracts for federal regional offices?

Benchmarking the $138,092.20 cost for this design phase against similar contracts is challenging without more granular data on the scope and complexity of the security systems being designed. Factors such as the size of the Great Lakes Regional Office, the specific security threats it faces, the level of technology integration required (e.g., access control, surveillance, intrusion detection), and the duration of the design services all influence cost. Generally, design-only phases for complex security systems can range from tens of thousands to hundreds of thousands of dollars, depending on the scale. The fact that this is for 'Phase 1 Design Only' suggests it's an initial step, and the total project cost for implementation would be significantly higher. A detailed comparison would require access to a database of comparable federal security system design contracts with similar scope definitions.

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

Primary risks for this contract include potential scope creep during the design phase, leading to cost overruns or schedule delays, and the risk of the chosen design not being fully compatible with future implementation phases or existing infrastructure. Another risk could be the vendor's ability to deliver a design that meets all FAA security requirements and standards. Mitigation strategies likely include robust project management by the FAA, clear definition of design deliverables and acceptance criteria, and potentially phased reviews of the design progress. The Firm Fixed Price contract type helps mitigate cost overrun risks for the defined scope. However, changes to the scope would likely require contract modifications. The vendor's track record and the competitive bidding process also serve as risk mitigation by selecting a qualified provider.

What is the expected effectiveness of the security system once implemented based on this design contract?

The effectiveness of the security system, once implemented, will depend heavily on the quality and thoroughness of the design produced under this contract. The contract specifies 'SECURITY SYSTEMS DESIGN & INTEGRATION FOR GREAT LAKES REGIONAL OFFICE AGL-1 PHASE 1 DESIGN ONLY'. This suggests the design will cover aspects like access control, surveillance, intrusion detection, and potentially communication systems tailored to the FAA's needs at that specific regional office. The 'AGL-1 PHASE 1' designation implies this is part of a larger initiative. If the design adequately addresses identified vulnerabilities, incorporates current security technologies, and is integrated seamlessly, the resulting system should enhance the physical security posture of the facility, protect personnel and assets, and ensure operational continuity. The FAA's own review and approval process for the design will be critical in ensuring its intended effectiveness.

How has federal spending on security systems services (NAICS 561621) trended in recent years, and where does this contract fit?

Federal spending on security systems services (NAICS 561621) has generally remained robust, driven by ongoing needs for physical security, cybersecurity integration, and facility protection across numerous government agencies. While specific aggregate spending data for this NAICS code fluctuates annually based on agency priorities and budget allocations, it represents a consistent area of federal expenditure. This $138,092.20 contract for the design phase of a regional office security system is a relatively small component within the broader federal spending landscape for security services. It signifies a targeted investment in upgrading or establishing security infrastructure at a specific federal location, reflecting the ongoing commitment to maintaining secure government facilities.

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: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1765 GREENSBORO STATION PLACE SUITE 1400, 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: $98,856

Exercised Options: $98,856

Current Obligation: $98,856

Actual Outlays: $97,517

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 693KA819D00007

IDV Type: IDC

Timeline

Start Date: 2022-06-01

Current End Date: 2025-06-01

Potential End Date: 2025-06-01 00:00:00

Last Modified: 2026-04-03

More Contracts from M. C. Dean, Inc.

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

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending