DHS Awards $3.58M for NBACC Security, Awarded via Full and Open Competition

Contract Overview

Contract Amount: $3,580,105 ($3.6M)

Contractor: THE Whitestone Group, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2025-10-01

End Date: 2026-03-31

Contract Duration: 181 days

Daily Burn Rate: $19.8K/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 FOR THE NATIONAL BIODEFENSE ANALYSIS AND COUNTERMEASURES CENTER (NBACC), FT. DETRICK, MARYLAND.

Place of Performance

Location: FREDERICK, FREDERICK County, MARYLAND, 21702

State: Maryland Government Spending

Plain-Language Summary

Department of Homeland Security obligated $3.6 million to THE WHITESTONE GROUP, INC. for work described as: PROTECTIVE SECURITY OFFICER (PSO) SERVICES FOR THE NATIONAL BIODEFENSE ANALYSIS AND COUNTERMEASURES CENTER (NBACC), FT. DETRICK, MARYLAND. Key points: 1. Contract awarded to The Whitestone Group, Inc. for PSO services at NBACC. 2. The contract value is $3.58 million over 181 days. 3. Awarded under full and open competition, indicating a competitive bidding process. 4. The North American Industry Classification System (NAICS) code is 561612 (Security Guards and Patrol Services).

Value Assessment

Rating: good

The contract value of $3.58 million for 181 days suggests a daily rate of approximately $19,780. This rate needs to be benchmarked against similar PSO contracts for government facilities of comparable size and security requirements to fully assess value.

Cost Per Unit: $19,780 per day

Competition Analysis

Competition Level: full-and-open

The contract was awarded using 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' which implies a competitive process was initiated but specific sources were excluded. This method can impact price discovery if the exclusion was not fully justified.

Taxpayer Impact: The use of full and open competition generally promotes competitive pricing, potentially leading to better value for taxpayers. However, the exclusion of sources warrants scrutiny to ensure maximum competition was achieved.

Public Impact

Ensures continuity of critical biodefense research and analysis at NBACC. Supports national security by protecting sensitive biological research facilities. Provides employment opportunities within the security services sector. Maintains a secure environment for government personnel and assets.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The security services sector, particularly for specialized government facilities like NBACC, often involves high security clearances and specific expertise. Benchmarking against other government contracts for similar protective services is crucial for assessing cost-effectiveness.

Small Business Impact

The data indicates the awardee is The Whitestone Group, Inc. Further analysis is needed to determine if small businesses were involved as subcontractors or if the prime contractor is itself a small business, which is not indicated here (ss: false).

Oversight & Accountability

The Department of Homeland Security, Office of Procurement Operations, is responsible for this award. Oversight should focus on the justification for excluding sources and the ongoing performance monitoring of The Whitestone Group, Inc. to ensure service quality and cost control.

Related Government Programs

Risk Flags

Tags

security-guards-and-patrol-services, department-of-homeland-security, md, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $3.6 million to THE WHITESTONE GROUP, INC.. PROTECTIVE SECURITY OFFICER (PSO) SERVICES FOR THE NATIONAL BIODEFENSE ANALYSIS AND COUNTERMEASURES CENTER (NBACC), FT. DETRICK, MARYLAND.

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 $3.6 million.

What is the period of performance?

Start: 2025-10-01. End: 2026-03-31.

What was the justification for excluding specific sources in the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' process, and how did this impact the final price?

The justification for excluding sources is critical to understanding the competitive landscape. If exclusions were based on specialized capabilities or past performance requirements essential for NBACC's unique security needs, it might be justifiable. However, if exclusions were arbitrary, it could have limited competition and potentially led to a higher price than achievable in a truly open market. A thorough review of the solicitation documents and award justification is necessary to assess this impact.

How does the daily rate of $19,780 compare to industry benchmarks for similar Protective Security Officer (PSO) services at high-security federal facilities?

Benchmarking the daily rate of $19,780 is essential for evaluating value. This rate should be compared against contracts for PSO services at comparable federal facilities, considering factors like the number of officers, required security clearances, hours of operation, and specific security protocols. A higher-than-average rate may indicate potential overpricing or reflect unique, necessary service requirements. Conversely, a competitive rate suggests good value.

What are the key performance indicators (KPIs) for this contract, and how will the Department of Homeland Security ensure effective service delivery and accountability?

Effective service delivery relies on clearly defined KPIs, such as response times, incident reporting accuracy, adherence to security protocols, and personnel reliability. The Department of Homeland Security's Office of Procurement Operations should have robust performance management processes in place, including regular reviews, site visits, and feedback mechanisms. Accountability is ensured through contract clauses that allow for remedies in case of performance deficiencies, ensuring taxpayer funds are used for effective security.

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: 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: $3,580,105

Exercised Options: $3,580,105

Current Obligation: $3,580,105

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70RFP324DE3000001

IDV Type: IDC

Timeline

Start Date: 2025-10-01

Current End Date: 2026-03-31

Potential End Date: 2026-03-31 00:00:00

Last Modified: 2026-03-30

More Contracts from THE Whitestone Group, Inc.

View all THE Whitestone Group, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending