FEMA awards $132K for A/V Integration Services to Planned Systems International Inc
Contract Overview
Contract Amount: $132,170 ($132.2K)
Contractor: Planned Systems International Inc
Awarding Agency: Department of Homeland Security
Start Date: 2024-09-26
End Date: 2025-09-25
Contract Duration: 364 days
Daily Burn Rate: $363/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: A/V INTEGRATION SERVICES
Place of Performance
Location: COLUMBIA, HOWARD County, MARYLAND, 21044
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $132,170.32 to PLANNED SYSTEMS INTERNATIONAL INC for work described as: A/V INTEGRATION SERVICES Key points: 1. Contract value is $132,170.32 for one delivery order. 2. Planned Systems International Inc. is the awardee. 3. The contract falls under NAICS code 541512 (Computer Systems Design Services). 4. The contract duration is 364 days. 5. The contract was awarded under full and open competition.
Value Assessment
Rating: good
The contract value of $132,170.32 for a one-year A/V integration service appears reasonable for the scope. Benchmarking against similar IT service contracts of this size and duration suggests competitive pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded using full and open competition, indicating that multiple vendors had the opportunity to bid. This method generally promotes price discovery and ensures the government receives competitive pricing.
Taxpayer Impact: The competitive award process is expected to yield fair pricing, ensuring taxpayer funds are used efficiently for essential A/V integration services.
Public Impact
Ensures operational readiness for FEMA through updated A/V systems. Supports critical communication and data visualization capabilities. Potential for improved efficiency in emergency response coordination.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Positive Signals
- Full and open competition
- Firm fixed price contract type
- Clear delivery order structure
Sector Analysis
This contract falls within the IT services sector, specifically computer systems design. Spending in this area is substantial across federal agencies, supporting a wide range of operational needs, from administrative functions to mission-critical systems.
Small Business Impact
While this specific award went to a large business (Planned Systems International Inc.), the use of full and open competition allows for small businesses to compete on future opportunities within this contract vehicle or similar solicitations.
Oversight & Accountability
The award is a delivery order against an existing contract, suggesting prior vetting and oversight. The firm fixed price structure provides cost certainty. Further oversight would involve monitoring performance and adherence to the contract terms.
Related Government Programs
- Computer Systems Design Services
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Potential for vendor lock-in if proprietary systems are used.
- Dependence on vendor expertise for maintenance and upgrades.
- Risk of scope creep if requirements are not clearly defined.
- Cybersecurity vulnerabilities associated with integrated A/V systems.
Tags
computer-systems-design-services, department-of-homeland-security, md, delivery-order, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $132,170.32 to PLANNED SYSTEMS INTERNATIONAL INC. A/V INTEGRATION SERVICES
Who is the contractor on this award?
The obligated recipient is PLANNED SYSTEMS INTERNATIONAL INC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Federal Emergency Management Agency).
What is the total obligated amount?
The obligated amount is $132,170.32.
What is the period of performance?
Start: 2024-09-26. End: 2025-09-25.
What specific A/V systems are being integrated, and what is the expected impact on FEMA's operational capabilities?
The data does not specify the exact A/V systems. However, A/V integration services typically involve upgrading or installing audio-visual equipment for conference rooms, command centers, or training facilities. For FEMA, this could enhance their ability to conduct briefings, manage information during emergencies, and facilitate inter-agency communication, thereby improving operational response and coordination.
Are there any identified risks associated with the vendor's performance or the technology being implemented?
The provided data does not detail specific performance risks. However, general risks for A/V integration include potential delays in delivery or installation, compatibility issues with existing infrastructure, and the need for specialized technical support. The firm fixed price contract mitigates cost overrun risks, but performance issues could still impact FEMA's operational timelines.
How does this contract contribute to FEMA's overall mission effectiveness and preparedness?
Effective A/V systems are crucial for timely information dissemination, collaborative decision-making, and situational awareness, especially during disaster response. By ensuring modern and reliable A/V integration, this contract directly supports FEMA's mission to lead the nation in preparing for, responding to, and recovering from all hazards and disasters.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION OF EQUIPMENT
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: 10632 LITTLE PATUXENT PKWY STE 200, COLUMBIA, MD, 21044
Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Minority Owned Business, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $670,736
Exercised Options: $132,170
Current Obligation: $132,170
Actual Outlays: $132,170
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 47QTCK18D0039
IDV Type: GWAC
Timeline
Start Date: 2024-09-26
Current End Date: 2025-09-25
Potential End Date: 2029-09-25 00:00:00
Last Modified: 2026-04-02
More Contracts from Planned Systems International Inc
- Enterprise Testing Service Support Services — $162.4M (Department of Veterans Affairs)
- Defense Health Services System Code Maintenance — $122.9M (Department of Defense)
- ETS Support Services — $120.5M (Department of Veterans Affairs)
- Base Period Testing Service Support SVS — $97.0M (Department of Veterans Affairs)
- C2MS III Command Control Mission Systems Afsoc — $83.7M (General Services Administration)
View all Planned Systems International Inc federal contracts →
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)