Homeland Security awards $9.46M for protective security services in Maryland, with a 364-day duration

Contract Overview

Contract Amount: $9,464,409 ($9.5M)

Contractor: Simmons & Golden Security LLC

Awarding Agency: Department of Homeland Security

Start Date: 2025-03-01

End Date: 2026-02-28

Contract Duration: 364 days

Daily Burn Rate: $26.0K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: PROTECTIVE SECURITY OFFICER (PSO) SERVICES THROUGHOUT MARYLAND (SECTION 2D)

Place of Performance

Location: BELTSVILLE, PRINCE GEORGES County, MARYLAND, 20705

State: Maryland Government Spending

Plain-Language Summary

Department of Homeland Security obligated $9.5 million to SIMMONS & GOLDEN SECURITY LLC for work described as: PROTECTIVE SECURITY OFFICER (PSO) SERVICES THROUGHOUT MARYLAND (SECTION 2D) Key points: 1. Contract value represents a significant investment in safeguarding federal facilities within Maryland. 2. The fixed-price contract type aims to control costs and provide predictable spending. 3. Competition level suggests a potentially robust market for security services. 4. Performance period of one year allows for regular evaluation of service quality. 5. The specific geographic focus on Maryland indicates tailored security needs for the region. 6. The award to a single contractor necessitates close monitoring of performance and value.

Value Assessment

Rating: good

The contract's firm fixed-price structure is generally favorable for cost control. Benchmarking against similar protective security contracts nationwide would provide a clearer picture of value for money. Given the one-year duration, the pricing appears reasonable for specialized security services, but a detailed cost breakdown and comparison to market rates for similar services in Maryland would be beneficial for a definitive assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating that while competition was sought, certain sources were excluded. The number of bidders is not specified, but this procurement method suggests a deliberate effort to ensure a competitive process while potentially focusing on specific capabilities. The level of competition achieved will influence price discovery and the government's ability to secure the best value.

Taxpayer Impact: The limited competition, even after exclusion of sources, may mean taxpayers did not benefit from the widest possible range of offers, potentially impacting the final price paid.

Public Impact

Federal facilities and personnel within Maryland are the primary beneficiaries of enhanced security. The contract ensures the continuous provision of protective security officer services. Services are geographically concentrated within the state of Maryland. The contract supports employment for security professionals in the region.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The security services sector is a critical component of federal operations, encompassing a wide range of protective measures. This contract falls within the 'Security Guards and Patrol Services' category, a segment that requires specialized personnel and adherence to strict protocols. Federal spending in this area is substantial, driven by the need to protect sensitive government assets and personnel across various agencies. Comparable contracts often involve significant dollar values and long-term commitments, reflecting the ongoing demand for reliable security.

Small Business Impact

The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, the primary contractor, SIMMONS & GOLDEN SECURITY LLC, is likely a large business or has the capacity to perform the full scope of work. There is no explicit information on subcontracting requirements, but large contracts often include provisions for small business participation to foster a broader ecosystem. The absence of a small business set-aside means opportunities for smaller firms may be limited unless they are direct subcontractors.

Oversight & Accountability

Oversight will be managed by the Department of Homeland Security, Office of Procurement Operations. The firm fixed-price contract type provides a degree of accountability by fixing the cost. Transparency is facilitated through contract award databases. Specific Inspector General jurisdiction would depend on the agency's internal structure and the nature of any potential issues arising from contract performance.

Related Government Programs

Risk Flags

Tags

sector-other, agency-department-of-homeland-security, geography-maryland, contract-type-delivery-order, size-category-unknown, competition-level-limited, pricing-firm-fixed-price, service-security-guards-and-patrol-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $9.5 million to SIMMONS & GOLDEN SECURITY LLC. PROTECTIVE SECURITY OFFICER (PSO) SERVICES THROUGHOUT MARYLAND (SECTION 2D)

Who is the contractor on this award?

The obligated recipient is SIMMONS & GOLDEN SECURITY LLC.

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 $9.5 million.

What is the period of performance?

Start: 2025-03-01. End: 2026-02-28.

What is the track record of SIMMONS & GOLDEN SECURITY LLC in performing similar federal contracts?

A review of SIMMONS & GOLDEN SECURITY LLC's past performance is crucial for assessing their capability to fulfill this contract. Information on previous federal awards, contract values, performance ratings, and any history of disputes or contract terminations would provide insight into their reliability and expertise. Without specific data on their prior engagements, it is difficult to definitively gauge their track record. However, the award of this contract by the Department of Homeland Security suggests they have met certain pre-qualification criteria. Further investigation into their performance on similar security service contracts, particularly those involving protective security officers, would be warranted to confirm their suitability and identify any potential risks.

How does the awarded price compare to market rates for protective security officers in Maryland?

To assess the value for money, the awarded contract value of approximately $9.46 million for 364 days of service needs to be benchmarked against prevailing market rates for protective security officers (PSOs) in Maryland. This comparison should consider factors such as the number of officers required, their skill levels, hours of service, and the specific security requirements (e.g., armed vs. unarmed, specialized equipment). If the contract is firm fixed-price, the government has a degree of cost certainty, but understanding the underlying cost structure relative to the market is key. A detailed analysis would involve examining data from similar federal and state contracts, as well as private sector security provider rates in the relevant geographic area. Without this granular data, it's challenging to definitively state if the price represents excellent or fair value.

What are the primary risks associated with this contract award?

Several risks are associated with this contract. Firstly, the 'limited' competition, even after exclusion of sources, might mean that the government did not secure the absolute best price or service due to a restricted bidder pool. Secondly, reliance on a single contractor, SIMMONS & GOLDEN SECURITY LLC, for critical protective security services creates a dependency risk; any performance issues or disruptions from the contractor could have significant security implications. Thirdly, the firm fixed-price nature, while good for cost control, could lead to the contractor cutting corners on service quality if not adequately monitored. Finally, the one-year duration, while allowing for reassessment, means that continuity of service and potential knowledge transfer challenges could arise if a new contractor is selected in the future.

How effective is the current procurement method ('FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES') in ensuring optimal value for taxpayers?

The procurement method 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' aims to balance the benefits of broad competition with the need to ensure that only qualified and capable sources are considered. While it is more competitive than a sole-source award, the exclusion of certain sources inherently limits the potential pool of bidders. The effectiveness in ensuring optimal value for taxpayers depends heavily on the justification for excluding sources and the number of responsive bidders that ultimately participate. If the exclusions were narrowly defined and many capable vendors still competed, it could lead to good value. However, if the exclusions were broad or resulted in few bidders, the competitive pressure might be reduced, potentially leading to higher prices or less favorable terms than under truly full and open competition. Detailed analysis of the solicitation and bid responses would be needed to fully assess its impact on taxpayer value.

What is the historical spending pattern for protective security services by the Department of Homeland Security in Maryland?

Analyzing historical spending patterns for protective security services by the Department of Homeland Security (DHS) in Maryland is essential for context. This $9.46 million award should be compared against previous DHS expenditures for similar services within the state. Understanding trends in contract values, durations, and competition levels over time can reveal whether spending is increasing, decreasing, or remaining stable. It can also highlight whether DHS has consistently relied on specific contractors or procurement methods. For instance, if previous contracts were significantly smaller or awarded through different competitive processes, this current award might represent a shift in strategy or an increase in security needs. Conversely, if spending patterns are consistent, it suggests a stable demand for these services.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesInvestigation and Security ServicesSecurity Guards and Patrol Services

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1230 ELSBORN RIDGE RD, MARYVILLE, TN, 37801

Business Categories: Black American Owned Business, Category Business, Limited Liability Corporation, Minority Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $9,464,409

Exercised Options: $9,464,409

Current Obligation: $9,464,409

Actual Outlays: $4,029,034

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70RFP223DEC000002

IDV Type: IDC

Timeline

Start Date: 2025-03-01

Current End Date: 2026-02-28

Potential End Date: 2026-02-28 00:00:00

Last Modified: 2026-02-09

More Contracts from Simmons & Golden Security LLC

View all Simmons & Golden Security LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending