DHS awards $5.4M for protective security services in Maryland, with Bradley Technologies Inc. as the contractor

Contract Overview

Contract Amount: $5,421,016 ($5.4M)

Contractor: Bradley Technologies Inc

Awarding Agency: Department of Homeland Security

Start Date: 2025-10-01

End Date: 2026-05-31

Contract Duration: 242 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 IN MARYLAND.

Place of Performance

Location: SILVER SPRING, MONTGOMERY County, MARYLAND, 20910

State: Maryland Government Spending

Plain-Language Summary

Department of Homeland Security obligated $5.4 million to BRADLEY TECHNOLOGIES INC for work described as: PROTECTIVE SECURITY OFFICER SERVICES IN MARYLAND. Key points: 1. Contract value of $5.4M for 242 days of service indicates a significant investment in security. 2. The contract was awarded under full and open competition after exclusion of sources, suggesting a deliberate selection process. 3. The fixed-price contract type aims to control costs and provide predictability for the agency. 4. The North American Industry Classification System (NAICS) code 561612 points to specialized security guard services. 5. The contract duration of approximately 2 years requires ongoing resource allocation and management. 6. The award to Bradley Technologies Inc. warrants a review of their past performance and capacity.

Value Assessment

Rating: good

The contract value of $5.4 million for approximately 242 days of service translates to a daily rate of roughly $22,401. Benchmarking this against similar protective security officer contracts requires access to a broader dataset of comparable services, including specific officer levels, hours, and geographic locations. However, the firm fixed-price nature suggests an effort to establish a predictable cost for the agency. Without specific performance metrics or detailed service descriptions, a precise value-for-money assessment is challenging, but the competitive award process provides some assurance of fair pricing.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This indicates that the solicitation was broadly advertised, but specific sources may have been excluded based on predefined criteria, possibly related to security clearances, past performance, or specific capabilities. The number of bidders is not provided, which limits a detailed analysis of the competition's intensity. However, the 'full and open' aspect generally promotes a wider pool of potential offerors, which can lead to better price discovery and innovation.

Taxpayer Impact: A competitive award process, even with exclusions, generally benefits taxpayers by encouraging multiple companies to offer their best pricing and services to secure the contract, potentially leading to cost savings.

Public Impact

The primary beneficiaries are the Department of Homeland Security (DHS) and its facilities within Maryland, which will receive enhanced security coverage. The services delivered include protective security officer functions, likely encompassing access control, surveillance, and response to security incidents. The geographic impact is focused on Maryland, where the security services will be deployed. Workforce implications include the creation of jobs for security officers and support staff employed by Bradley Technologies Inc.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The security services industry is a significant sector within the broader professional, scientific, and technical services market. This contract falls under the Security Guards and Patrol Services (NAICS 561612) subsector. The federal government is a major consumer of security services, awarding billions annually to protect personnel, facilities, and sensitive information. This specific contract represents a small portion of overall federal security spending but is crucial for the operational continuity and safety of DHS assets in Maryland. Comparable spending benchmarks would typically involve analyzing the cost per officer hour or cost per square foot protected across similar government contracts.

Small Business Impact

The provided data indicates that small business participation (ss: false, sb: false) was not a primary set-aside criterion for this contract. This suggests the contract was likely awarded to a larger entity or that small businesses were not specifically targeted through set-aside provisions. There is no information on subcontracting plans, so the impact on the small business ecosystem is currently unknown. Without specific subcontracting goals, it's difficult to assess whether this contract will provide opportunities for small businesses to participate in delivering these security services.

Oversight & Accountability

Oversight for this contract would primarily reside with the contracting officer and the relevant program managers within the Department of Homeland Security. The firm fixed-price nature necessitates monitoring of performance against contract requirements to ensure service delivery meets standards. Transparency is facilitated by the public nature of contract awards, though detailed performance reports are typically internal. The Inspector General for DHS would have jurisdiction to investigate any allegations of fraud, waste, or abuse related to this contract.

Related Government Programs

Risk Flags

Tags

dhs, protective-security-officer-services, maryland, full-and-open-competition, firm-fixed-price, security-guards-and-patrol-services, department-of-homeland-security, professional-services, delivery-order

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $5.4 million to BRADLEY TECHNOLOGIES INC. PROTECTIVE SECURITY OFFICER SERVICES IN MARYLAND.

Who is the contractor on this award?

The obligated recipient is BRADLEY TECHNOLOGIES INC.

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 $5.4 million.

What is the period of performance?

Start: 2025-10-01. End: 2026-05-31.

What is the track record of Bradley Technologies Inc. in performing similar federal security contracts?

A review of Bradley Technologies Inc.'s past performance is crucial for assessing their suitability for this contract. This would involve examining their history with federal agencies, specifically the Department of Homeland Security, for any previous awards in protective security services. Key aspects to investigate include their on-time delivery record, quality of service, adherence to security protocols, and any past performance evaluations or disputes. Understanding their experience with firm fixed-price contracts and their ability to manage resources effectively for similar durations and scopes would provide valuable insight into their capacity to meet the requirements of this new award. Without access to specific past performance data or CPARS reports, a definitive assessment cannot be made, but it is a critical area for further due diligence.

How does the daily cost of $22,401 compare to industry benchmarks for protective security officers in Maryland?

The daily cost of approximately $22,401 for protective security services, derived from the total award value and duration, needs careful benchmarking. This figure encompasses not just the hourly wages of security officers but also overhead, benefits, training, equipment, and profit margins. To establish a fair comparison, one would need to analyze similar federal contracts in Maryland for the same NAICS code (561612), considering factors like the number of officers deployed, their required qualifications (e.g., armed vs. unarmed, security clearances), the hours of coverage, and the specific security environment. General industry data suggests that fully burdened costs for security personnel can vary significantly. Without a detailed breakdown of services and officer deployment, it's difficult to definitively state if $22,401 per day represents excellent, fair, or questionable value. However, the competitive award process suggests the agency believes it is a reasonable price for the expected services.

What are the specific risks associated with a 'Full and Open Competition After Exclusion of Sources' award?

The 'Full and Open Competition After Exclusion of Sources' award mechanism presents a nuanced risk profile. On one hand, 'full and open' aims to maximize competition by broadly soliciting offers, which generally benefits price discovery and ensures a wide range of capable vendors are considered. However, the 'exclusion of sources' component introduces a risk if the exclusion criteria are overly restrictive, subjective, or not adequately justified. This could inadvertently limit the pool of qualified bidders, potentially leading to less competitive pricing or overlooking highly capable vendors. The risk lies in ensuring that the exclusions are based on legitimate, objective requirements directly tied to the contract's needs (e.g., specific security clearances, specialized technical capabilities, or documented past performance issues) and not on arbitrary or protectionist measures. Transparency regarding the rationale for exclusions is key to mitigating this risk.

What is the expected effectiveness of these security services in mitigating threats to DHS facilities in Maryland?

The effectiveness of these protective security services hinges on several factors beyond the contract award itself. The specific threat landscape facing DHS facilities in Maryland, the precise duties assigned to the security officers, their training and equipment, and the level of supervision are critical determinants. While the contract specifies 'protective security officer services,' the scope of work, performance standards, and metrics for success are not detailed here. A robust security plan, informed by intelligence and risk assessments, should guide the deployment and operations of these officers. DHS's internal quality assurance and performance monitoring processes will be essential to ensure the services effectively deter threats, respond to incidents, and maintain a secure environment. The contract's duration and value suggest a commitment to sustained security presence.

How does this contract's value and duration compare to historical DHS spending on similar security services in Maryland?

To assess how this $5.4 million contract over approximately 242 days compares to historical DHS spending in Maryland, one would need access to historical contract databases and spending reports. This would involve searching for contracts with similar NAICS codes (561612), agencies (DHS components), and geographic locations (Maryland) over previous fiscal years. Key metrics for comparison would include the total dollar value of similar contracts, their duration, and the number of awards made annually. Understanding historical spending patterns can reveal trends in pricing, contractor utilization, and the overall demand for protective security services by DHS in the region. Without this historical context, it's challenging to determine if this award represents an increase, decrease, or stable level of investment compared to past DHS security expenditures in Maryland.

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: 1700 ROCKVILLE PIKE, ROCKVILLE, MD, 20852

Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $5,421,016

Exercised Options: $5,421,016

Current Obligation: $5,421,016

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70RFP223DEC000008

IDV Type: IDC

Timeline

Start Date: 2025-10-01

Current End Date: 2026-05-31

Potential End Date: 2026-05-31 00:00:00

Last Modified: 2026-01-29

More Contracts from Bradley Technologies Inc

View all Bradley Technologies Inc federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending