DHS Awards $4M for Protective Security Services in Connecticut to North American Security, Inc
Contract Overview
Contract Amount: $4,032,916 ($4.0M)
Contractor: North American Security, Incorporated
Awarding Agency: Department of Homeland Security
Start Date: 2024-11-01
End Date: 2025-04-30
Contract Duration: 180 days
Daily Burn Rate: $22.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PROTECTIVE SECURITY OFFICER SERVICES AT FEDERAL FACILITIES THROUGHOUT CONNECTICUT
Place of Performance
Location: HARTFORD, HARTFORD County, CONNECTICUT, 06103
Plain-Language Summary
Department of Homeland Security obligated $4.0 million to NORTH AMERICAN SECURITY, INCORPORATED for work described as: PROTECTIVE SECURITY OFFICER SERVICES AT FEDERAL FACILITIES THROUGHOUT CONNECTICUT Key points: 1. Contract awarded to North American Security, Inc. for $4.03M. 2. Services cover protective security officer functions across federal facilities in Connecticut. 3. The contract duration is 180 days, ending April 30, 2025. 4. This award falls under the Security Guards and Patrol Services NAICS code (561612).
Value Assessment
Rating: good
The contract's firm-fixed-price structure suggests a clear understanding of service costs. Benchmarking against similar security contracts would provide further insight into its value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The competition method 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' indicates a limited competition, potentially impacting price discovery. Further details on the exclusion are needed.
Taxpayer Impact: Taxpayer funds are being utilized for essential security services, with the final price influenced by the limited competitive landscape.
Public Impact
Ensures security at federal facilities in Connecticut, protecting government assets and personnel. Supports federal operations by maintaining a safe and secure environment. Provides employment opportunities within the security services sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may lead to suboptimal pricing.
- Short contract duration could indicate a need for ongoing, potentially re-competed services.
Positive Signals
- Addresses critical federal facility security needs.
- Utilizes a firm-fixed-price contract type for cost certainty.
Sector Analysis
The security services sector is vital for government operations, encompassing a wide range of protective measures. Spending in this area is often driven by federal facility requirements and national security priorities.
Small Business Impact
The data indicates this contract was not awarded to a small business. Further analysis would be needed to determine if small businesses were excluded from bidding or if the contract size was prohibitive.
Oversight & Accountability
The Office of Procurement Operations within DHS is responsible for this award. Oversight would involve monitoring contract performance and ensuring compliance with federal acquisition regulations.
Related Government Programs
- Security Guards and Patrol Services
- Department of Homeland Security Contracting
- Office of Procurement Operations Programs
Risk Flags
- Limited competition raises concerns about potential overpricing.
- Short contract duration may indicate a lack of long-term planning or urgency.
- Absence of small business participation noted.
- Justification for 'exclusion of sources' requires further scrutiny.
Tags
security-guards-and-patrol-services, department-of-homeland-security, ct, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $4.0 million to NORTH AMERICAN SECURITY, INCORPORATED. PROTECTIVE SECURITY OFFICER SERVICES AT FEDERAL FACILITIES THROUGHOUT CONNECTICUT
Who is the contractor on this award?
The obligated recipient is NORTH AMERICAN SECURITY, INCORPORATED.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Office of Procurement Operations).
What is the total obligated amount?
The obligated amount is $4.0 million.
What is the period of performance?
Start: 2024-11-01. End: 2025-04-30.
What specific factors led to the exclusion of sources in this 'full and open competition after exclusion of sources' scenario?
The exclusion of sources typically occurs when specific capabilities, past performance, or unique requirements necessitate limiting the pool of eligible bidders. This could be due to specialized security needs, geographic concentration of facilities, or prior successful performance with a specific vendor that the agency wishes to leverage for continuity. Understanding the justification is key to assessing if the exclusion was appropriate and did not unduly restrict competition.
How does the $4.03M contract value compare to the typical spending for similar security services in Connecticut?
Benchmarking this $4.03M contract against similar protective security officer services in Connecticut requires access to historical contract data and market research. Factors like the number of facilities, officer hours, security levels, and specific service requirements influence costs. Without comparative data, it's difficult to definitively assess if this represents a fair market price or if it's higher or lower than expected for the scope of work.
What is the potential impact of the short 180-day contract duration on service continuity and future procurement costs?
A short 180-day duration suggests this might be a bridge contract or a requirement for immediate services. This can lead to increased administrative burden and potentially higher costs if the agency needs to rapidly re-compete or extend the contract. It also raises questions about long-term strategic planning for security services and whether this short-term award is part of a larger, phased approach.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Security Guards and Patrol Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 70RFP118RE1000001
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 550 E. CARSON PLZ DR STE 222, CARSON, CA, 90746
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $4,032,916
Exercised Options: $4,032,916
Current Obligation: $4,032,916
Actual Outlays: $4,033,395
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70RFP119DE1000001
IDV Type: IDC
Timeline
Start Date: 2024-11-01
Current End Date: 2025-04-30
Potential End Date: 2025-04-30 00:00:00
Last Modified: 2026-03-25
More Contracts from North American Security, Incorporated
- Security Guard Services AT the National Oceanic and Atmospheric Administration Campus Located in Silver Spring, Maryland — $22.5M (Department of Commerce)
- Protective Security Officer Services AT Federal Facilities Throughout Connecticut Section 2(D) — $2.8M (Department of Homeland Security)
- Protective Security Officer Services AT Federal Facilities Throughout Western Massachusetts — $2.5M (Department of Homeland Security)
- Exercise J&A FAR 6.302-1 Option to Extend Armed Protective Security Officer Services (PSO) Throughout the State of Arkansas — $2.3M (Department of Homeland Security)
- Protective Security Officer Services AT Federal Facilities Throughout Connecticut — $2.3M (Department of Homeland Security)
View all North American Security, Incorporated 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)