DHS Spends $10.5K to Replace Non-Functioning Avigilon Cameras with Existing Avigilon Models
Contract Overview
Contract Amount: $10,520 ($10.5K)
Contractor: AES Systems Inc
Awarding Agency: Department of Homeland Security
Start Date: 2026-04-02
End Date: 2026-06-01
Contract Duration: 60 days
Daily Burn Rate: $175/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: REPLACE NON FUNCTIONING AVIGILON CAMERAS WITH SPECIFIED EXISTING AVIGILON CAMERAS. OTHER EQUIPMENT DOES NOT NEED TO BE BRAND NAME. SOLE SOURCE JUSTIFICATION (J&A) FY25-00174 RECEIVED ON 8/6/2025.
Place of Performance
Location: SALT LAKE CITY, SALT LAKE County, UTAH, 84138
State: Utah Government Spending
Plain-Language Summary
Department of Homeland Security obligated $10,519.79 to AES SYSTEMS INC for work described as: REPLACE NON FUNCTIONING AVIGILON CAMERAS WITH SPECIFIED EXISTING AVIGILON CAMERAS. OTHER EQUIPMENT DOES NOT NEED TO BE BRAND NAME. SOLE SOURCE JUSTIFICATION (J&A) FY25-00174 RECEIVED ON 8/6/2025. Key points: 1. The contract replaces existing Avigilon cameras, suggesting a potential issue with the original equipment's reliability or lifespan. 2. While Avigilon is specified, other equipment does not require a brand name, indicating potential for broader competition on non-proprietary components. 3. The sole source justification (J&A) needs careful review to ensure it adequately supports the necessity of using Avigilon for this specific replacement. 4. The contract falls under the 'Manufacturing' sector, specifically Automatic Environmental Control, which may have specific industry benchmarks for equipment replacement.
Value Assessment
Rating: questionable
The contract value of $10,519.79 for camera replacement appears reasonable for specialized security equipment. However, without knowing the specific Avigilon models and their current market price, a definitive assessment of value is difficult. Benchmarking against similar government or commercial procurements for Avigilon systems would be beneficial.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
The contract is justified as sole source due to the need to replace existing Avigilon cameras with specified Avigilon cameras. This limits competition significantly, as it presumes only Avigilon can meet the technical requirements. The effectiveness of price discovery is reduced without competitive bidding.
Taxpayer Impact: Taxpayer funds are used for this replacement. While necessary for security, the sole-source nature may lead to a higher price than if competitive options were considered for the camera system.
Public Impact
Ensures continuity of security surveillance by replacing non-functioning cameras. Potential for vendor lock-in if Avigilon systems are consistently chosen without exploring alternatives. The need for replacement raises questions about the initial procurement and maintenance of the Avigilon equipment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole Source Justification
- Potential Vendor Lock-in
- Equipment Reliability Concerns
Positive Signals
- Addresses immediate security need
- Utilizes existing infrastructure compatibility
Sector Analysis
The contract falls under the 'Manufacturing' sector, specifically Automatic Environmental Control Manufacturing. While the item is cameras, the PSC code (334512) relates to environmental control manufacturing. This suggests the cameras might be integrated into a larger environmental control system. Benchmarking costs for similar integrated security systems would be relevant.
Small Business Impact
The data indicates that small business participation was not a factor in this specific contract ('sb': false). There is no indication of efforts to subcontract to small businesses for any part of this procurement.
Oversight & Accountability
The contract was awarded by the Department of Homeland Security, Office of Procurement Operations. The sole source justification (J&A FY25-00174) is a key document for oversight. Reviewing the justification's thoroughness and adherence to FAR regulations is crucial for accountability.
Related Government Programs
- Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
- Department of Homeland Security Contracting
- Office of Procurement Operations Programs
Risk Flags
- Sole Source Justification Adequacy
- Lack of Competition
- Potential for Vendor Lock-in
- Unknown Equipment Failure Cause
- Limited Lifecycle Cost Information
Tags
automatic-environmental-control-manufact, department-of-homeland-security, ut, delivery-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $10,519.79 to AES SYSTEMS INC. REPLACE NON FUNCTIONING AVIGILON CAMERAS WITH SPECIFIED EXISTING AVIGILON CAMERAS. OTHER EQUIPMENT DOES NOT NEED TO BE BRAND NAME. SOLE SOURCE JUSTIFICATION (J&A) FY25-00174 RECEIVED ON 8/6/2025.
Who is the contractor on this award?
The obligated recipient is AES SYSTEMS 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 $10,519.79.
What is the period of performance?
Start: 2026-04-02. End: 2026-06-01.
What is the specific reason the original Avigilon cameras failed, and does this indicate a systemic issue with the chosen brand or a specific batch?
The provided data does not specify the reason for the original Avigilon cameras' failure. Understanding the cause is critical to assess if this is an isolated incident or a recurring problem with the chosen brand or installation. This information would inform future procurement decisions and potentially highlight risks associated with the current technology.
How was the 'sole source' determination made, and were alternative camera systems or integration solutions evaluated for compatibility and cost-effectiveness?
The sole source justification (J&A FY25-00174) is cited as the basis for this determination, likely due to the need for compatibility with existing Avigilon infrastructure. However, a thorough review of the J&A is needed to confirm if alternative solutions were genuinely considered and why they were deemed unsuitable. This impacts price discovery and potential taxpayer savings.
What is the expected lifespan of the replacement Avigilon cameras, and what are the maintenance and support costs associated with them over their lifecycle?
The data does not provide information on the expected lifespan or associated maintenance and support costs for the replacement Avigilon cameras. This information is crucial for a comprehensive total cost of ownership analysis and for evaluating the long-term value of this procurement. Without it, assessing the true financial impact is challenging.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70RFPWQW8000007
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1167 N 450 W, SPRINGVILLE, UT, 84663
Business Categories: Category Business, Small Business
Financial Breakdown
Contract Ceiling: $10,520
Exercised Options: $10,520
Current Obligation: $10,520
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: GS07F0421T
IDV Type: FSS
Timeline
Start Date: 2026-04-02
Current End Date: 2026-06-01
Potential End Date: 2026-06-01 00:00:00
Last Modified: 2026-04-02
More Contracts from AES Systems Inc
- Section 2(D) Non-Covered Contract. Installation of NEW IDS for George E. Brown, JR. Federal Building and United States Courthouse — $98.2K (Department of Homeland Security)
- Installation of NEW IDS Door Contacts for Phillip Burton Federal Building — $11.9K (Department of Homeland Security)
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)