Homeland Security's $48,618 narcotics detection device order awarded to GovSmart, Inc. under full and open competition
Contract Overview
Contract Amount: $48,618 ($48.6K)
Contractor: Govsmart, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2026-04-07
End Date: 2026-05-07
Contract Duration: 30 days
Daily Burn Rate: $1.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 10
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THIS ORDER PROVIDES A NARCOTICS/CHEMICAL DETECTION DEVICE FOR HOMELAND SECURITY AGENTS TO SAFELY TEST NARCOTICS AND CHEMICALS DURING INVESTIGATIONS.
Place of Performance
Location: CHARLOTTESVILLE, CHARLOTTESVILLE CITY County, VIRGINIA, 22903
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $48,618 to GOVSMART, INC. for work described as: THIS ORDER PROVIDES A NARCOTICS/CHEMICAL DETECTION DEVICE FOR HOMELAND SECURITY AGENTS TO SAFELY TEST NARCOTICS AND CHEMICALS DURING INVESTIGATIONS. Key points: 1. The contract aims to equip agents with a device for testing narcotics and chemicals, enhancing safety during investigations. 2. Awarded to GovSmart, Inc., the contract represents a specific need within the Department of Homeland Security's operational toolkit. 3. The delivery order has a short 30-day duration, suggesting an immediate or time-sensitive requirement. 4. The contract was awarded under a 'full and open competition after exclusion of sources' clause, indicating a competitive process with specific justifications. 5. The fixed-price contract type suggests cost certainty for the government. 6. The device's purpose is critical for agent safety and evidence integrity in law enforcement operations.
Value Assessment
Rating: fair
The contract value of $48,618 for a narcotics/chemical detection device appears to be within a reasonable range for specialized equipment. Benchmarking against similar government procurements for detection devices would provide a clearer picture of value for money. Without specific details on the device's capabilities and features, a precise comparison is difficult. However, the relatively small contract value suggests it may be for a limited quantity or a specific model.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'full and open competition after exclusion of sources.' This indicates that while the competition was intended to be open, certain sources were excluded, likely due to specific technical requirements or prior relationships. The number of bidders is not specified, but the 'exclusion of sources' suggests a potentially narrowed field compared to a truly unrestricted full and open competition.
Taxpayer Impact: The exclusion of sources may limit the potential for the most competitive pricing if it unnecessarily restricts the bidder pool. Taxpayers benefit from competition, but the specific justification for excluding sources needs to be understood to fully assess the impact on price discovery.
Public Impact
Homeland Security agents, specifically U.S. Immigration and Customs Enforcement (ICE), will benefit from enhanced safety and operational capabilities. The service delivered is the provision of a critical piece of equipment for narcotics and chemical detection. The geographic impact is likely national, supporting agents across various operational areas within the United States. Workforce implications include improved safety and efficiency for law enforcement personnel handling hazardous substances.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The 'exclusion of sources' clause requires careful review to ensure it was fully justified and did not unduly limit competition.
- Lack of detailed technical specifications makes it difficult to assess if the chosen device represents the best available technology or value.
- The short performance period (30 days) might indicate a rushed procurement or a need for immediate deployment, potentially impacting thorough vetting.
Positive Signals
- The contract was awarded to GovSmart, Inc., a known entity in government contracting.
- The use of a firm-fixed-price contract provides cost predictability for the government.
- The device directly addresses a critical need for agent safety and evidence integrity in narcotics and chemical investigations.
Sector Analysis
This contract falls within the broader Information Technology and Professional Services sector, specifically under 'Other Computer Related Services' (NAICS 541519). The market for specialized detection and testing equipment is diverse, serving various government agencies. Comparable spending benchmarks would involve analyzing procurements for similar analytical or testing devices by agencies like DHS, FBI, or DEA. The size of this specific contract is relatively small, suggesting it may be for a pilot program, a limited quantity, or a specific type of device.
Small Business Impact
The data indicates that small business participation (ss: false, sb: false) was not a primary consideration for this specific delivery order. There is no indication of a small business set-aside. Subcontracting implications are not detailed, but for a contract of this size and nature, significant subcontracting to small businesses is less likely unless the prime contractor itself is a small business and relies on specialized small business subcontractors for components or services.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's internal procurement and program management offices. The U.S. Immigration and Customs Enforcement (ICE) would also have oversight responsibilities for the operational use of the device. Transparency is facilitated by public contract databases, but detailed operational usage and effectiveness data may not be publicly available. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Homeland Security Equipment Procurement
- Law Enforcement Technology
- Narcotics Detection Equipment
- Chemical Detection Systems
- ICE Operational Support
- GovSmart, Inc. Contracts
Risk Flags
- Limited Competition Justification
- Lack of Technical Detail
- Short Performance Period
Tags
homeland-security, narcotics-detection, chemical-detection, govsmart-inc, delivery-order, firm-fixed-price, limited-competition, dhs, ice, other-computer-related-services, virginia, short-term
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $48,618 to GOVSMART, INC.. THIS ORDER PROVIDES A NARCOTICS/CHEMICAL DETECTION DEVICE FOR HOMELAND SECURITY AGENTS TO SAFELY TEST NARCOTICS AND CHEMICALS DURING INVESTIGATIONS.
Who is the contractor on this award?
The obligated recipient is GOVSMART, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Immigration and Customs Enforcement).
What is the total obligated amount?
The obligated amount is $48,618.
What is the period of performance?
Start: 2026-04-07. End: 2026-05-07.
What specific capabilities does the narcotics/chemical detection device offer, and how do these compare to commercially available alternatives?
The provided data indicates the device is for 'narcotics/chemical detection' for 'Homeland Security agents to safely test narcotics and chemicals during investigations.' However, specific technical capabilities such as sensitivity levels, types of substances detected (e.g., specific drugs, explosives, chemical agents), detection methods (e.g., spectroscopic, chromatographic), portability, power source, and data logging features are not detailed. A comparison to commercially available alternatives would require this granular information. Without it, it's impossible to assess if the selected device offers superior performance, unique features, or a better price-performance ratio compared to other options on the market. The $48,618 value suggests it might be a handheld or portable unit, potentially for field use.
What is the track record of GovSmart, Inc. in providing similar detection or analytical equipment to federal agencies?
GovSmart, Inc. is listed as the contractor. To assess their track record, one would need to examine their past performance on federal contracts, particularly those involving the supply of specialized detection or analytical equipment. This includes reviewing contract history for similar items, performance ratings (if available), and any past issues or successes. A positive track record with relevant agencies like DHS or its components would indicate reliability and capability. Conversely, a history of performance problems or contract disputes could raise concerns. Without access to a detailed contract performance database or specific past performance reviews for GovSmart, Inc. related to this type of equipment, a definitive assessment is challenging.
How does the pricing of this delivery order compare to historical spending on similar detection devices by DHS or other agencies?
The total value of this delivery order is $48,618. To assess the pricing, we would need to compare this amount against historical spending data for similar narcotics and chemical detection devices procured by the Department of Homeland Security (DHS) or other relevant agencies (e.g., DEA, FBI, Customs and Border Protection). This comparison should ideally account for the quantity of devices, specific models, features, and the year of procurement, as prices can fluctuate due to inflation and technological advancements. If this order represents a single device or a small quantity, the $48,618 figure might be high or low depending on the device's sophistication. A benchmark analysis would reveal if this procurement represents good value for money or if it is potentially overpriced.
What are the specific risks associated with the 'full and open competition after exclusion of sources' award type for this contract?
The 'full and open competition after exclusion of sources' (FOUAES) award type implies that while the competition was intended to be open, certain potential sources were deliberately excluded. The primary risk here is that the exclusion might have been based on insufficient justification, thereby limiting the competitive pool and potentially leading to higher prices or less optimal solutions than could have been achieved through unrestricted competition. If the exclusion was necessary due to highly specialized requirements or proprietary technology, the risk is mitigated. However, agencies must clearly document the rationale for excluding sources to ensure fairness and maximize competition. Taxpayers could be at risk if the exclusion unnecessarily reduced the number of bidders, impacting price discovery and potentially leading to a less competitive outcome.
What is the expected impact of this device on the operational effectiveness and safety of Homeland Security agents?
The device is intended to enable Homeland Security agents to 'safely test narcotics and chemicals during investigations.' This directly addresses a critical operational need. By providing agents with a tool to quickly and safely identify substances in the field, the device can enhance operational effectiveness by speeding up investigations and reducing the need for potentially hazardous field tests or transport of unknown substances to labs. Crucially, it enhances agent safety by minimizing direct contact with dangerous materials and providing immediate hazard information. This contributes to the overall mission of border security, counter-narcotics operations, and national security by equipping personnel with essential tools for their demanding roles.
How does this procurement fit into the broader context of DHS spending on law enforcement technology and chemical detection?
This $48,618 delivery order is a relatively small component within the vast spending portfolio of the Department of Homeland Security (DHS), which annually expends billions on technology, equipment, and services. Procurements for law enforcement technology, including detection and analytical devices, are common across DHS components like ICE, CBP, and TSA. This specific contract addresses a niche but vital need for narcotics and chemical testing. Broader DHS spending in this area likely includes larger contracts for integrated surveillance systems, cybersecurity, border security technology, and advanced forensic equipment. This order represents a targeted investment in field-level operational tools that support frontline agents in their daily duties.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: INSTRUMENTS AND LABORATORY EQPT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 10
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 715 CHARLTON AVE STE 100, CHARLOTTESVILLE, VA, 22903
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $48,618
Exercised Options: $48,618
Current Obligation: $48,618
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SD11B
IDV Type: GWAC
Timeline
Start Date: 2026-04-07
Current End Date: 2026-05-07
Potential End Date: 2026-05-07 00:00:00
Last Modified: 2026-04-06
More Contracts from Govsmart, Inc.
- IBM Enterprise Software Maintenance — $19.2M (Department of Defense)
- Enterprise Quality Management System — $18.0M (Department of Health and Human Services)
- This Award IS for Servicenow (snow) License Renewals — $15.8M (Department of Homeland Security)
- Salesforce Dcms 2.0 & Svog Software Licenses Renewal — $15.8M (Small Business Administration)
- Enterprise Customer Relationship Management (ecrm) Software Licenses (sales Force) — $13.9M (National Archives and Records Administration)
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)