DHS awards $11,948 for new IDS door contacts at Phillip Burton Federal Building
Contract Overview
Contract Amount: $11,948 ($11.9K)
Contractor: AES Systems Inc
Awarding Agency: Department of Homeland Security
Start Date: 2026-04-13
End Date: 2026-08-01
Contract Duration: 110 days
Daily Burn Rate: $109/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: INSTALLATION OF NEW IDS DOOR CONTACTS FOR PHILLIP BURTON FEDERAL BUILDING
Place of Performance
Location: SAN FRANCISCO, SAN FRANCISCO County, CALIFORNIA, 94102
Plain-Language Summary
Department of Homeland Security obligated $11,948.3 to AES SYSTEMS INC for work described as: INSTALLATION OF NEW IDS DOOR CONTACTS FOR PHILLIP BURTON FEDERAL BUILDING Key points: 1. Contract value is modest, suggesting a focused scope for security system upgrades. 2. Competition under SAP indicates a streamlined procurement process for smaller value awards. 3. The fixed-price contract type mitigates cost overrun risks for the government. 4. Performance period is relatively short, allowing for timely implementation of security enhancements. 5. The award falls within the Security Systems Services category, aligning with facility security needs.
Value Assessment
Rating: good
The contract value of $11,948.30 for installation of IDS door contacts is relatively small, making direct comparison to larger security system contracts difficult. However, given the scope of work likely involves a limited number of devices for a single federal building, the price appears reasonable. The fixed-price nature of the award provides cost certainty. Without specific details on the number of contacts or labor hours, a precise per-unit cost benchmark is challenging, but the overall award size suggests efficient pricing for the specified task.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This contract was competed under Simplified Acquisition Procedures (SAP), which typically involves a limited number of bidders, often fewer than full and open competition. While the specific number of bidders is not provided, SAP is designed for procurements below certain thresholds where full and open competition may not be cost-effective. This approach aims to balance efficiency with reasonable price discovery, though it may not yield the same breadth of competition as larger procurements.
Taxpayer Impact: For taxpayers, competition under SAP generally offers a good balance between obtaining competitive pricing and ensuring timely delivery of necessary goods and services without incurring excessive administrative costs associated with broader solicitations.
Public Impact
The primary beneficiaries are the occupants and visitors of the Phillip Burton Federal Building, who will experience enhanced security. The service delivered is the installation of Intrusion Detection System (IDS) door contacts, a critical component of physical security. The geographic impact is localized to the Phillip Burton Federal Building in California. Workforce implications are minimal, likely involving a small team of technicians for installation.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition under SAP could potentially lead to less aggressive pricing compared to full and open competition.
- The short performance period might create pressure on the contractor, potentially impacting quality if not managed effectively.
Positive Signals
- The fixed-price contract type provides cost certainty and protects the government from potential cost overruns.
- The award is for a specific, well-defined security enhancement, reducing scope creep risk.
- The contractor, AES Systems Inc., is likely experienced in security system installations, given the nature of the award.
Sector Analysis
This contract falls within the Security Systems Services sector, specifically focusing on electronic security components like IDS door contacts. This sector is a subset of the broader facilities management and security services industry. Spending in this area is driven by government mandates for physical security and the need to maintain and upgrade existing security infrastructure in federal buildings. Comparable spending benchmarks would involve other contracts for similar security hardware installations or maintenance services across federal agencies.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). As a small value award competed under SAP, it's possible that larger businesses participated, or that the scope was too small to be attractive for significant subcontracting opportunities. The impact on the small business ecosystem is likely negligible for this specific contract.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Homeland Security's contracting officers and program managers. As a purchase order with a fixed price, accountability is tied to successful installation and functionality of the door contacts by the specified end date. Transparency is facilitated by public contract databases, though detailed internal oversight mechanisms are not specified.
Related Government Programs
- Federal Building Security Upgrades
- Physical Security Systems
- Intrusion Detection Systems
- Department of Homeland Security Procurement
Risk Flags
- Potential for limited competition under SAP
- Short performance period may create time pressure
Tags
security-systems, intrusion-detection-systems, door-contacts, department-of-homeland-security, dhs, phillip-burton-federal-building, california, purchase-order, fixed-price, simplified-acquisition-procedures, facility-security, small-value-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $11,948.3 to AES SYSTEMS INC. INSTALLATION OF NEW IDS DOOR CONTACTS FOR PHILLIP BURTON FEDERAL BUILDING
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 $11,948.3.
What is the period of performance?
Start: 2026-04-13. End: 2026-08-01.
What is the track record of AES Systems Inc. with federal contracts, particularly in security systems?
A review of federal procurement data would be necessary to fully assess AES Systems Inc.'s track record. Key indicators would include the number of past federal awards, their values, the agencies they've contracted with, and performance ratings if available. For this specific contract, the award of a purchase order for IDS door contacts suggests a level of trust or established capability in providing such services. Further analysis would involve examining past performance on similar security system installations, adherence to delivery schedules, and any history of contract disputes or terminations. Understanding their experience with the Department of Homeland Security specifically would also be valuable context.
How does the pricing of this contract compare to similar installations of IDS door contacts in federal facilities?
Benchmarking the pricing of this $11,948.30 contract requires access to data on similar procurements for IDS door contacts. Factors influencing price include the number of contacts installed, the complexity of the installation environment (e.g., existing wiring, building materials), labor rates in the specific geographic location (California), and the specific type/model of door contacts used. Given this is a fixed-price contract under SAP, the government likely sought competitive quotes. A comparison would involve looking at the average cost per contact or per installation hour for similar federal projects. Without more granular data on the scope and specific components, a precise comparison is difficult, but the overall award value suggests a focused, potentially cost-effective solution for a limited number of devices.
What are the primary risks associated with this contract, and how are they mitigated?
The primary risks for this contract include potential installation delays, subpar quality of work, or the door contacts not functioning as specified. Given the short performance period (ending August 1, 2026), timely completion is a key consideration. Mitigation strategies include the use of a fixed-price contract, which incentivizes the contractor to complete the work within budget and on schedule. The Department of Homeland Security's oversight, through its contracting officers, is crucial for monitoring progress and ensuring adherence to specifications. The selection of a contractor, even under SAP, implies some level of pre-qualification or past performance review, reducing the risk of selecting an unqualified vendor. The specific nature of installing door contacts is also relatively low-risk compared to complex system integrations.
What is the expected impact of these new IDS door contacts on the overall security posture of the Phillip Burton Federal Building?
The installation of new IDS door contacts is expected to significantly enhance the physical security posture of the Phillip Burton Federal Building. These contacts are a fundamental component of an intrusion detection system, providing real-time alerts when doors are opened or closed unexpectedly, especially outside of authorized access times or in secured areas. By upgrading or installing these components, the building's ability to monitor access points and detect unauthorized entry will be improved. This contributes to a layered security approach, deterring potential threats and enabling a faster response from security personnel. The effectiveness will depend on the integration of these contacts into a broader security management system.
How does this contract fit into the Department of Homeland Security's broader strategy for facility security?
This contract aligns with the Department of Homeland Security's (DHS) overarching mission to secure the nation. Maintaining and upgrading the physical security of federal facilities, such as the Phillip Burton Federal Building, is a critical aspect of this mission. Investing in components like IDS door contacts demonstrates a commitment to ensuring that federal buildings are protected against unauthorized access and potential threats. Such procurements are part of a continuous effort to modernize security infrastructure, ensuring that facilities are equipped with reliable and effective security technologies. This specific award, while small in value, represents a tactical step in DHS's broader strategic objective of safeguarding federal assets and personnel.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Security Systems Services (except Locksmiths)
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION OF EQUIPMENT
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 70RFPW26QW9000006
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, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $11,948
Exercised Options: $11,948
Current Obligation: $11,948
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-13
Current End Date: 2026-08-01
Potential End Date: 2026-08-01 00:00:00
Last Modified: 2026-04-08
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)
- 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 — $10.5K (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)