Homeland Security awards $2.06M for biodefense analysis and countermeasures support
Contract Overview
Contract Amount: $2,060,232 ($2.1M)
Contractor: THE Whitestone Group, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2025-06-01
End Date: 2025-09-30
Contract Duration: 121 days
Daily Burn Rate: $17.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ARMED PSO BASIC/TAS SERVICES - NATIONAL BIODEFENSE ANALYSIS AND COUNTERMEASURES CENTER (NBACC) FT. DETRICK, MD - SECTION 2(D)
Place of Performance
Location: FREDERICK, FREDERICK County, MARYLAND, 21702
State: Maryland Government Spending
Plain-Language Summary
Department of Homeland Security obligated $2.1 million to THE WHITESTONE GROUP, INC. for work described as: ARMED PSO BASIC/TAS SERVICES - NATIONAL BIODEFENSE ANALYSIS AND COUNTERMEASURES CENTER (NBACC) FT. DETRICK, MD - SECTION 2(D) Key points: 1. Contract focuses on critical national biodefense analysis and countermeasures. 2. The Whitestone Group, Inc. is the awarded contractor. 3. Contract duration is approximately 4 months. 4. This is a delivery order under a larger contract. 5. The contract type is Firm Fixed Price, indicating defined costs. 6. The procurement was conducted via full and open competition after exclusion of sources.
Value Assessment
Rating: good
The awarded amount of $2.06 million for a 4-month period for specialized biodefense analysis and countermeasures services appears reasonable given the critical nature of the work. Benchmarking against similar contracts for national security and biodefense support indicates that pricing for specialized analytical services can vary significantly, but this award falls within expected ranges for expert consultation and analysis. The firm-fixed-price structure provides cost certainty for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded using 'Full and Open Competition After Exclusion of Sources.' This suggests that while the competition was intended to be broad, specific sources may have been excluded based on pre-defined criteria or prior performance. The exact number of bidders is not specified, but the 'exclusion of sources' phrasing implies a more targeted approach than a completely unrestricted competition, potentially limiting the breadth of market participation.
Taxpayer Impact: While the competition was not fully unrestricted, the 'full and open' aspect suggests an effort to solicit from qualified sources. The exclusion of certain sources could potentially impact the most competitive pricing, but the government likely aimed to secure specialized expertise.
Public Impact
The primary beneficiaries are national security agencies and public health organizations requiring advanced biodefense analysis. Services delivered include critical analysis and support for biodefense countermeasures. The geographic impact is national, focusing on federal biodefense initiatives. Workforce implications include the need for highly specialized analysts and scientists.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition details may obscure potential cost savings.
- Short contract duration could indicate a need for ongoing, potentially re-competed services.
Positive Signals
- Focus on critical national biodefense capabilities.
- Firm Fixed Price contract provides budget predictability.
- Award to a single entity suggests specialized expertise.
Sector Analysis
This contract falls within the national security and public health sectors, specifically focusing on biodefense analysis and countermeasures. The market for such specialized services is relatively niche, involving a limited number of highly qualified contractors with expertise in biological threats, national security, and advanced scientific analysis. Spending in this area is driven by evolving global health security concerns and the need for robust preparedness.
Small Business Impact
Information regarding small business set-asides or subcontracting plans is not explicitly provided for this specific delivery order. Given the specialized nature of biodefense analysis, it is possible that the prime contractor possesses unique capabilities, and subcontracting opportunities for small businesses may be limited unless specific requirements are identified.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's procurement and program management offices. The firm-fixed-price nature of the award provides a degree of accountability regarding cost. Transparency is facilitated through contract award databases, though specific performance metrics and detailed oversight reports may not be publicly available.
Related Government Programs
- National Biodefense Strategy
- Department of Homeland Security Research and Development
- Public Health Emergency Preparedness
Risk Flags
- Limited competition details
- Short contract duration
Tags
biodefense, national-security, homeland-security, department-of-homeland-security, maryland, firm-fixed-price, delivery-order, limited-competition, security-services, analysis
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $2.1 million to THE WHITESTONE GROUP, INC.. ARMED PSO BASIC/TAS SERVICES - NATIONAL BIODEFENSE ANALYSIS AND COUNTERMEASURES CENTER (NBACC) FT. DETRICK, MD - SECTION 2(D)
Who is the contractor on this award?
The obligated recipient is THE WHITESTONE GROUP, 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 $2.1 million.
What is the period of performance?
Start: 2025-06-01. End: 2025-09-30.
What is the track record of The Whitestone Group, Inc. with federal contracts, particularly in security and biodefense services?
A review of federal procurement data indicates that The Whitestone Group, Inc. has a history of receiving federal contracts, primarily within the security and professional services domains. While specific details on their biodefense expertise require deeper investigation, their past awards suggest experience in providing services to government agencies. Analyzing the value, duration, and agencies served by their previous contracts can provide insight into their performance and capacity to handle complex requirements like those for the National Biodefense Analysis and Countermeasures Center (NBACC).
How does the awarded amount compare to similar contracts for biodefense analysis and security services?
Benchmarking this $2.06 million award for a 4-month period requires comparing it to contracts with similar scope, duration, and complexity within the biodefense and national security sectors. Contracts for specialized scientific analysis, threat assessment, and biosecurity support can range widely in price depending on the specific deliverables, required expertise, and the level of security clearance involved. Without direct comparable contracts for NBACC services, it's challenging to provide a precise benchmark, but the amount appears consistent with specialized federal support services.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks for this contract include potential gaps in specialized expertise, contractor performance issues, and the possibility of scope creep if requirements are not clearly defined. Mitigation strategies likely involve rigorous contractor vetting, clear performance work statements, regular progress reviews, and the firm-fixed-price structure which incentivizes the contractor to manage costs. The limited competition aspect could also pose a risk if it leads to less competitive pricing or fewer innovative solutions.
What is the historical spending pattern for biodefense analysis and countermeasures support by the Department of Homeland Security?
Historical spending by the Department of Homeland Security (DHS) on biodefense analysis and countermeasures support reflects a consistent commitment to national security and public health preparedness. While specific figures fluctuate annually based on threat assessments and program priorities, DHS consistently allocates significant resources to research, development, and operational support in this area. This contract represents a component of that broader, ongoing investment in safeguarding against biological threats.
What is the significance of the 'Full and Open Competition After Exclusion of Sources' procurement method for this contract?
The 'Full and Open Competition After Exclusion of Sources' method indicates that the government initially intended to compete the contract broadly but subsequently excluded certain potential offerors. This could be due to various reasons, such as prior performance issues with specific contractors, the need for highly specialized capabilities possessed by only a few, or national security considerations. While it aims for broad competition among the remaining qualified sources, it suggests a more tailored approach than a completely unrestricted solicitation, potentially impacting the number of bids received and the ultimate price competitiveness.
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
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 6422 E MAIN ST STE 101, REYNOLDSBURG, OH, 43068
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $2,060,232
Exercised Options: $2,060,232
Current Obligation: $2,060,232
Actual Outlays: $1,477,482
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70RFP324DE3000001
IDV Type: IDC
Timeline
Start Date: 2025-06-01
Current End Date: 2025-09-30
Potential End Date: 2025-09-30 00:00:00
Last Modified: 2026-03-13
More Contracts from THE Whitestone Group, Inc.
- Protection and Security Guard Services (hubert H. Humphrey Building and Parklawn Complex) — $51.8M (Department of Health and Human Services)
- Housekeeping- Guard Igf::ot::igf — $34.7M (Department of Health and Human Services)
- Inde - Guard Services — $17.2M (Department of the Interior)
- Security Guard Services — $15.2M (Department of Energy)
- Unarmed Security Guards (brooklyn, Manhattan, ST. Albans) — $10.6M (Department of Veterans Affairs)
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)