DHS awards $5.87M for armed protective security services to Athena Services International LLC in Utah
Contract Overview
Contract Amount: $5,870,467 ($5.9M)
Contractor: Athena Services International LLC
Awarding Agency: Department of Homeland Security
Start Date: 2024-04-01
End Date: 2025-03-31
Contract Duration: 364 days
Daily Burn Rate: $16.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NEW TASK ORDER: ARMED PROTECTIVE SECURITY OFFICER SERVICES (PSO) FOR IRS, OGDEN, UTAH
Place of Performance
Location: OGDEN, WEBER County, UTAH, 84201
State: Utah Government Spending
Plain-Language Summary
Department of Homeland Security obligated $5.9 million to ATHENA SERVICES INTERNATIONAL LLC for work described as: NEW TASK ORDER: ARMED PROTECTIVE SECURITY OFFICER SERVICES (PSO) FOR IRS, OGDEN, UTAH Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract duration is one year, indicating a need for ongoing security services. 3. The fixed-price nature of the contract shifts performance risk to the contractor. 4. Services are for armed protective security officers, a critical function for facility protection. 5. The contract is a delivery order under a larger contract vehicle. 6. The geographic focus is Ogden, Utah, serving the IRS facilities there.
Value Assessment
Rating: good
The awarded amount of $5.87 million for one year of armed protective security services appears reasonable given the critical nature of the work. Benchmarking against similar contracts for security services in federal facilities of comparable size and scope would provide a more definitive assessment of value. The firm fixed-price contract structure incentivizes the contractor to manage costs effectively, which can contribute to good value for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'full and open competition after exclusion of sources.' While the 'exclusion of sources' phrasing might initially suggest limitations, the 'full and open' designation implies that the solicitation was broadly advertised and multiple responsible sources were considered. The specific details of the exclusion would need further investigation to understand if it narrowed the field from an initial broader competition.
Taxpayer Impact: A full and open competition generally leads to better price discovery and potentially lower costs for taxpayers compared to sole-source or limited competition awards.
Public Impact
The IRS facilities in Ogden, Utah, will benefit from enhanced security measures. The contract ensures the provision of armed protective security officers to safeguard government property and personnel. The geographic impact is localized to Ogden, Utah, supporting federal operations in that region. The contract supports jobs within the private security sector, specifically for armed officers.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The 'exclusion of sources' clause requires further clarification to ensure no potential bidders were unfairly excluded.
- The specific qualifications and vetting processes for armed officers need to be robust to ensure public safety.
Positive Signals
- Awarded through full and open competition, indicating a competitive marketplace.
- Firm fixed-price contract shifts cost control risk to the contractor.
- Delivery order structure suggests it's part of a pre-competed, established contract vehicle.
Sector Analysis
The security services sector is a significant component of the federal contracting landscape, encompassing a wide range of protective and investigative services. This contract falls within the Security Guards and Patrol Services NAICS code (561612). Federal agencies consistently procure security services to protect personnel, facilities, and sensitive information. Spending in this sector is driven by national security needs, regulatory requirements, and the protection of critical infrastructure.
Small Business Impact
The data indicates that small business participation (ss: false, sb: false) was not a primary set-aside consideration for this specific delivery order. Further analysis of the parent contract vehicle would be necessary to determine if there are broader small business subcontracting requirements or goals that this order contributes to. Without specific set-aside provisions, the direct impact on the small business ecosystem for this particular award is likely minimal.
Oversight & Accountability
Oversight for this contract would typically reside with the contracting officer and the designated contracting officer's representative (COR) within the Department of Homeland Security's Office of Procurement Operations. The firm fixed-price nature of the contract provides a degree of accountability by tying payment to performance. Transparency is generally maintained through contract award databases, though specific performance metrics and oversight reports may not always be publicly accessible.
Related Government Programs
- Federal Protective Service Contracts
- Department of Homeland Security Security Services
- IRS Facility Protection Contracts
- Armed Guard Services
Risk Flags
- Potential for performance issues by contractor
- Adequacy of competition due to 'exclusion of sources'
- Ensuring proper vetting and conduct of armed personnel
- Effectiveness of government oversight and COR
Tags
security-services, armed-guards, protective-services, dhs, irs, utah, firm-fixed-price, delivery-order, full-and-open-competition, medium-value-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $5.9 million to ATHENA SERVICES INTERNATIONAL LLC. NEW TASK ORDER: ARMED PROTECTIVE SECURITY OFFICER SERVICES (PSO) FOR IRS, OGDEN, UTAH
Who is the contractor on this award?
The obligated recipient is ATHENA SERVICES INTERNATIONAL 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 $5.9 million.
What is the period of performance?
Start: 2024-04-01. End: 2025-03-31.
What is the track record of Athena Services International LLC with federal contracts, particularly in providing armed protective security services?
A review of federal procurement data indicates that Athena Services International LLC has been awarded multiple federal contracts, primarily for security guard and protective services. Their contract history suggests experience in fulfilling requirements for various government agencies. To fully assess their track record for this specific task order, a deeper dive into past performance evaluations, any past disputes or contract terminations, and the scale and complexity of their previous security contracts would be beneficial. Understanding their experience with armed personnel, specific security protocols, and compliance with federal regulations is crucial for evaluating their capability to meet the IRS's needs in Ogden.
How does the awarded price of $5.87 million for one year of security services compare to similar federal contracts?
Benchmarking the $5.87 million award for one year of armed protective security services requires comparing it to contracts with similar scope, duration, geographic location, and security requirements. Without access to a detailed breakdown of the services required (e.g., number of posts, hours of coverage, specific threat levels), a precise comparison is difficult. However, for a single year of comprehensive armed security services at a federal facility, this amount is within a plausible range. A more granular analysis would involve comparing the estimated cost per officer hour or per post against industry standards and other federal solicitations for comparable services. The firm fixed-price nature suggests the government expects a defined outcome for this cost.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks for this contract include potential performance failures by the contractor (e.g., inadequate staffing, insufficient training, security breaches), cost overruns if the fixed-price model is poorly managed by the contractor, and potential issues related to the vetting and conduct of armed personnel. Mitigation strategies include the government's oversight through a COR, performance standards outlined in the contract, and the firm fixed-price structure which incentivizes contractor efficiency. The 'full and open competition' aspect also mitigates risk by selecting a contractor presumed to be capable and competitive. However, the 'exclusion of sources' element warrants scrutiny to ensure it doesn't mask underlying risks or limit the pool of qualified providers.
What is the expected effectiveness of these security services in protecting IRS facilities in Ogden?
The effectiveness of these security services hinges on the contractor's ability to provide well-trained, vigilant, and properly equipped armed personnel. The contract's success will depend on the clarity of performance work statements, the rigor of the government's oversight, and the contractor's adherence to security protocols. The presence of armed officers is intended to deter threats, respond to incidents, and maintain a secure environment. The IRS's specific security needs, threat assessments for the Ogden facilities, and the integration of these officers into the broader security posture will determine the ultimate effectiveness. Regular performance reviews and feedback loops are essential to ensure ongoing effectiveness.
How does this contract align with historical federal spending on security services, particularly for the IRS or similar agencies?
Federal spending on security services is a consistent and substantial category. Agencies like the IRS, which handle sensitive data and manage critical infrastructure, routinely require robust security measures. This $5.87 million delivery order represents a portion of the broader federal expenditure on protective services. Historical data would likely show similar contracts awarded annually across various agencies to meet ongoing security needs. The specific amount reflects the current requirements and market rates for security personnel in the Ogden, Utah area. Analyzing trends in federal security spending, including contract values and competition levels, can provide context for this award.
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: 70RFPW22RW8000002
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4905 DEL RAY AVE, BETHESDA, MD, 20814
Business Categories: Category Business, Economically Disadvantaged Women Owned Small Business, Limited Liability Corporation, Self-Certified Small Disadvantaged Business, Small Business, Sole Proprietorship, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $5,870,467
Exercised Options: $5,870,467
Current Obligation: $5,870,467
Actual Outlays: $5,870,639
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70RFPW23DW8000001
IDV Type: IDC
Timeline
Start Date: 2024-04-01
Current End Date: 2025-03-31
Potential End Date: 2025-03-31 00:00:00
Last Modified: 2026-01-21
More Contracts from Athena Services International LLC
- NEW Task Order; Armed Protective Security Officer (PSO) Services for the States of Utah and Wyoming — $6.9M (Department of Homeland Security)
View all Athena Services International LLC 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)