DHS awards $900K for vehicle parts, bypassing competition for surge training needs
Contract Overview
Contract Amount: $90,000 ($90.0K)
Contractor: LC Industries Inc
Awarding Agency: Department of Homeland Security
Start Date: 2026-04-09
End Date: 2026-09-30
Contract Duration: 174 days
Daily Burn Rate: $517/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TIRES AND VEHICLE PARTS FOR SURGE TRAINING EO 14222 SEC 3(D)(I) S1 APPROVED ACTION EO EXEMPTION CALL 0N SECTION 2(D)
Place of Performance
Location: DURHAM, DURHAM County, NORTH CAROLINA, 27703
Plain-Language Summary
Department of Homeland Security obligated $90,000 to LC INDUSTRIES INC for work described as: TIRES AND VEHICLE PARTS FOR SURGE TRAINING EO 14222 SEC 3(D)(I) S1 APPROVED ACTION EO EXEMPTION CALL 0N SECTION 2(D) Key points: 1. Contract awarded without full and open competition, raising questions about potential cost savings. 2. Sole-source award for essential vehicle parts suggests a critical need or limited supplier base. 3. The contract's duration of 174 days indicates a short-term requirement, possibly for immediate operational needs. 4. Awarded under an Executive Order exemption, highlighting specific circumstances driving the procurement method. 5. The fixed-price contract type aims to control costs, but the lack of competition limits price discovery. 6. Focus on vehicle parts for training implies a direct link to operational readiness and personnel development.
Value Assessment
Rating: questionable
The contract value of $900,000 for tires and vehicle parts is difficult to benchmark without more detailed specifications and market comparisons. However, the absence of a competitive bidding process means there is no assurance that this price represents the best value achievable. Without comparing multiple offers, it's impossible to determine if LC Industries Inc. provided the most cost-effective solution. The fixed-price nature of the award provides some cost certainty, but the lack of competition is a significant concern for value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, citing an Executive Order exemption (EO 14222, Section 3(d)(i)) and a call on Section 2(d). This indicates that the agency did not conduct a full and open competition or even a limited competition among multiple bidders. The specific reasons for the sole-source award, such as a unique capability or an urgent need that precluded competition, are not detailed. This lack of competition limits the agency's ability to leverage market forces to achieve the best possible pricing and terms.
Taxpayer Impact: Taxpayers may have paid a premium due to the absence of competitive pressure. Without multiple bids, there's no guarantee that the selected contractor offered the lowest price or the best overall value.
Public Impact
Federal law enforcement personnel at the Federal Law Enforcement Training Center (FLETC) will benefit from the availability of necessary vehicle parts for training. The contract ensures the operational readiness of training vehicles, directly supporting the delivery of essential law enforcement training programs. The services delivered are critical for maintaining the fleet used in various training scenarios, impacting the quality and continuity of instruction. The geographic impact is primarily focused on FLETC facilities in North Carolina, where the training and vehicle maintenance will occur.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition limits price discovery and potentially increases costs for taxpayers.
- Sole-source award raises concerns about whether alternative, more cost-effective suppliers were overlooked.
- The specific justification for the sole-source award under the EO exemption requires further scrutiny to ensure it was appropriate.
Positive Signals
- The contract ensures the availability of critical vehicle parts, supporting the operational readiness of training programs.
- A fixed-price contract type provides cost certainty for the awarded amount.
- The award supports the mission of the Federal Law Enforcement Training Center by providing necessary resources.
Sector Analysis
The procurement falls under the manufacturing sector, specifically related to motor vehicle parts. The North American Industry Classification System (NAICS) code 336310 covers motor vehicle gasoline engine and engine parts manufacturing. While the contract value of $900,000 is modest in the context of the broader automotive parts industry, it represents a specific need for government training operations. Comparable spending benchmarks for similar sole-source awards for vehicle parts to government entities are difficult to ascertain without more specific product details and contract terms.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). There is no information provided regarding subcontracting plans or opportunities for small businesses within this award. Therefore, the direct impact on the small business ecosystem appears minimal for this specific procurement, as it was awarded to a single, presumably larger, entity without a competitive set-aside.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's internal procurement oversight mechanisms and the Federal Law Enforcement Training Center's administration. As a sole-source award made under an Executive Order exemption, the justification for bypassing competition would be subject to review. Transparency is limited due to the non-competitive nature; however, contract award data is generally available through federal procurement databases. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Federal Law Enforcement Training Center Operations
- Department of Homeland Security Fleet Management
- Executive Order 14222 Procurement Exemptions
- Motor Vehicle Parts Procurement
- Government Training Support Services
Risk Flags
- Sole-source award bypasses competition
- Potential for inflated pricing due to lack of competition
- Limited transparency on justification for sole-source award
Tags
other, department-of-homeland-security, federal-law-enforcement-training-center, north-carolina, not-competed-under-sap, sole-source, firm-fixed-price, vehicle-parts, training-support, executive-order-exemption, surge-training
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $90,000 to LC INDUSTRIES INC. TIRES AND VEHICLE PARTS FOR SURGE TRAINING EO 14222 SEC 3(D)(I) S1 APPROVED ACTION EO EXEMPTION CALL 0N SECTION 2(D)
Who is the contractor on this award?
The obligated recipient is LC INDUSTRIES INC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Federal Law Enforcement Training Center).
What is the total obligated amount?
The obligated amount is $90,000.
What is the period of performance?
Start: 2026-04-09. End: 2026-09-30.
What specific vehicle parts are being procured under this contract, and what is the justification for their urgency?
The contract specifies 'TIRES AND VEHICLE PARTS FOR SURGE TRAINING EO 14222 SEC 3(D)(I) S1 APPROVED ACTION EO EXEMPTION CALL 0N SECTION 2(D)'. While the exact list of parts is not detailed, the description indicates they are for 'surge training' and procured under an Executive Order exemption. This suggests the parts are critical for an immediate or anticipated increase in training activities that requires a rapid response, potentially involving specialized or high-demand components for training vehicles. The urgency is implied by the use of an Executive Order exemption, which is typically reserved for situations where delays associated with standard procurement processes could have significant negative consequences for national security, public safety, or essential government functions.
How does the $900,000 award compare to historical spending on similar vehicle parts by the Federal Law Enforcement Training Center?
Historical spending data for similar vehicle parts by the Federal Law Enforcement Training Center (FLETC) is not provided in the given data. To conduct a meaningful comparison, one would need to access FLETC's procurement history for tires and vehicle parts over previous years, ideally looking for contracts with similar specifications and quantities. Without this historical context, it is difficult to assess whether the $900,000 award represents an increase, decrease, or stable level of spending for these types of goods. The sole-source nature of this award further complicates direct comparison, as competitive bids often drive prices down, making non-competitive awards potentially higher.
What are the specific risks associated with awarding this contract on a sole-source basis, particularly concerning potential overpricing?
The primary risk associated with awarding this contract on a sole-source basis is the potential for overpricing. Without competition, LC Industries Inc. faced no pressure to offer its lowest possible price or the most competitive terms. The government cannot be certain it received the best value for the $900,000 expenditure. Other risks include a lack of innovation or service improvements that might have been offered by competing vendors, and the potential for the government to become dependent on a single supplier for critical parts. Furthermore, the justification for the sole-source award, while citing an EO exemption, needs to be robust to ensure it was truly necessary and not a convenience.
What is the track record of LC Industries Inc. in supplying vehicle parts to the federal government?
Information regarding the track record of LC Industries Inc. in supplying vehicle parts to the federal government is not provided in the data snippet. A comprehensive assessment would require searching federal procurement databases (like SAM.gov or FPDS) for previous contracts awarded to LC Industries Inc. This would reveal their history of performance, delivery timeliness, quality of goods, and any past performance issues or awards. Without this information, it's challenging to evaluate their reliability and experience specifically in serving government needs for vehicle parts.
How does the 'surge training' requirement impact the overall mission effectiveness of the Federal Law Enforcement Training Center?
The 'surge training' requirement implies an anticipated or ongoing need for increased training capacity, likely due to evolving threats, new policy directives, or a higher influx of trainees. Ensuring the availability of essential vehicle parts for training vehicles directly supports the mission effectiveness of the Federal Law Enforcement Training Center (FLETC). If training vehicles are not operational due to a lack of parts, it could lead to delays, cancellations, or reduced quality of training programs. This, in turn, could impact the readiness and preparedness of federal law enforcement officers graduating from FLETC, potentially affecting national security and public safety.
What is the significance of the Executive Order 14222 exemption in this procurement process?
Executive Order 14222, particularly Section 3(d)(i) and the referenced 'call on Section 2(d)', likely provides a specific pathway for expedited or non-competitive procurement under certain circumstances related to national security, critical infrastructure, or other government priorities. In this case, it was used to justify awarding the contract for tires and vehicle parts to LC Industries Inc. without full and open competition. The significance lies in its ability to bypass standard procurement regulations when deemed necessary for urgent government needs, as determined by the agency. However, the precise conditions under which this exemption can be invoked and the level of documentation required are crucial for ensuring its appropriate use.
Industry Classification
NAICS: Manufacturing › Motor Vehicle Parts Manufacturing › Motor Vehicle Gasoline Engine and Engine Parts Manufacturing
Product/Service Code: VEHICULAR EQUIPMENT COMPONENTS
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4500 EMPEROR BLVD, DURHAM, NC, 27703
Business Categories: AbilityOne Program Participant, Category Business, Corporate Entity Tax Exempt, Manufacturer of Goods, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $90,000
Exercised Options: $90,000
Current Obligation: $90,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 70LGLY24AGLB00005
IDV Type: BPA
Timeline
Start Date: 2026-04-09
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-04-09
More Contracts from LC Industries Inc
- Office and Food Service Supplies — $16.8M (Department of Defense)
- Office and Food Service Supplies — $13.3M (Department of Defense)
- Steel Mobile BF PED; 2 Drawers; 18D — $940.8K (General Services Administration)
- Ignition WK Mid-Bck Pneu SYN Tilt BCK AD — $684.1K (General Services Administration)
- 837 Cases of Gloves of 5 MIL Nitrile Gloves for Screening Operations to TSA AT Phoenix Skyharbor International Airport (PHX) — $99.8K (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)