DHS Awards $21.5M for Non-Intrusive Inspection Equipment to Smiths Detection Inc
Contract Overview
Contract Amount: $21,503,393 ($21.5M)
Contractor: Smiths Detection Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2024-09-15
End Date: 2026-05-15
Contract Duration: 607 days
Daily Burn Rate: $35.4K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NON-INTRUSIVE INSPECTION DETECTION EQUIPMENT
Place of Performance
Location: ASHBURN, LOUDOUN County, VIRGINIA, 20147
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $21.5 million to SMITHS DETECTION INC. for work described as: NON-INTRUSIVE INSPECTION DETECTION EQUIPMENT Key points: 1. Contract awarded to a single vendor, Smiths Detection Inc., for specialized inspection equipment. 2. Significant contract value of $21.5 million over a 607-day period. 3. The procurement method is 'NOT COMPETED', raising questions about price discovery and value. 4. The sector involves electronic and precision equipment repair and maintenance, crucial for homeland security operations.
Value Assessment
Rating: questionable
The contract value of $21.5 million for 607 days suggests a substantial investment. Without competitive bidding, it's difficult to assess if this price is optimal compared to market alternatives or previous procurements for similar equipment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This limits price discovery and potentially leads to higher costs for taxpayers as competition is absent.
Taxpayer Impact: The lack of competition in this sole-source award may result in taxpayers paying a premium for the inspection equipment and related services.
Public Impact
Ensures continued operational capability for U.S. Customs and Border Protection's inspection processes. Potential for increased security at borders through advanced detection technology. Reliance on a single vendor could lead to future supply chain vulnerabilities or price increases.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source procurement
- Lack of competitive bidding
- Potential for overpricing
Positive Signals
- Essential equipment for national security
- Long-term contract provides stability
Sector Analysis
This contract falls within the Electronic and Precision Equipment Repair and Maintenance sector, supporting critical infrastructure for homeland security. Spending benchmarks for similar specialized inspection equipment are hard to establish without competitive data.
Small Business Impact
The data does not indicate any specific provisions or considerations for small business participation in this contract. The award to a single, likely large, entity suggests limited opportunity for small businesses.
Oversight & Accountability
The 'NOT COMPETED' status warrants further oversight to ensure the justification for sole-source procurement is valid and that the pricing is fair and reasonable. Accountability for the expenditure rests with the Department of Homeland Security.
Related Government Programs
- Electronic and Precision Equipment Repair and Maintenance
- Department of Homeland Security Contracting
- U.S. Customs and Border Protection Programs
Risk Flags
- Sole-source award lacks transparency
- Potential for inflated pricing
- Limited vendor options for future needs
- Dependency on a single supplier
Tags
electronic-and-precision-equipment-repai, department-of-homeland-security, va, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $21.5 million to SMITHS DETECTION INC.. NON-INTRUSIVE INSPECTION DETECTION EQUIPMENT
Who is the contractor on this award?
The obligated recipient is SMITHS DETECTION INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).
What is the total obligated amount?
The obligated amount is $21.5 million.
What is the period of performance?
Start: 2024-09-15. End: 2026-05-15.
What is the specific justification for awarding this contract on a sole-source basis, and has a thorough market research been conducted to confirm no other viable sources exist?
The justification for a sole-source award typically involves unique capabilities, proprietary technology, or urgent needs where only one vendor can fulfill the requirement. Without detailed documentation, it's presumed DHS conducted market research, but the absence of competition raises concerns about whether alternatives were truly unavailable or if the research was insufficient.
How does the unit cost or overall contract value compare to similar non-intrusive inspection equipment procured competitively by other government agencies or in the commercial market?
Benchmarking is challenging due to the sole-source nature of this award. A comparative analysis against competitively procured systems would be necessary to determine if the $21.5 million price tag represents fair market value. This analysis should consider equipment capabilities, maintenance, and support.
What are the potential risks associated with relying on a single vendor for critical inspection equipment, particularly concerning future upgrades, maintenance, and potential price escalations?
Sole-source reliance creates risks of vendor lock-in, limited negotiation leverage for future contracts, and potential price increases. It also poses a vulnerability if the vendor experiences financial difficulties or supply chain disruptions, potentially impacting national security operations.
Industry Classification
NAICS: Other Services (except Public Administration) › Electronic and Precision Equipment Repair and Maintenance › Electronic and Precision Equipment Repair and Maintenance
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - END USER
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2202 LAKESIDE BLVD, EDGEWOOD, MD, 21040
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Manufacturer of Goods, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $41,105,709
Exercised Options: $22,223,254
Current Obligation: $21,503,393
Actual Outlays: $8,544,743
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2024-09-15
Current End Date: 2026-05-15
Potential End Date: 2027-08-29 00:00:00
Last Modified: 2025-09-26
More Contracts from Smiths Detection Inc.
- Jcad Lrip — $324.2M (Department of Defense)
- Production Year 6 — $211.1M (Department of Defense)
- GE Homeland Protection, Inc. Hsts04-05-D-Dep008 Modification: Hsts0408jct3026 Preventative and Correctvie Maintenance for GE CTX Deployed Units. Specifically, CTX 2500, CTX 5500, CTX 9000, and CTX 9400 — $182.1M (Department of Homeland Security)
- Delivery Order 70t04019f5cap1065 (DO3) IS Issued for the Purchase of Medium Speed Explosive Detection Systems (mseds), Ancillary Equipment and Installation to Support Airport Projects Nationwide — $103.8M (Department of Homeland Security)
- Purchase and Installation of Medium Speed Explosive Detection Systems — $98.7M (Department of Homeland Security)
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)