Signet Technologies secures $5.7M contract for USCIS security system maintenance across multiple facilities

Contract Overview

Contract Amount: $5,719,916 ($5.7M)

Contractor: Signet Technologies, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2024-09-16

End Date: 2027-04-15

Contract Duration: 941 days

Daily Burn Rate: $6.1K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 4

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: SECURITY MAINTENACE & REPAIR OF SECURITY SYSTEMS AT MULTIPLE USCIS FACILITIES FOR THE USCIS OFFICE OF SECURITY & INTEGRITY (OSI).

Place of Performance

Location: CAMP SPRINGS, HOWARD County, MARYLAND, 20588

State: Maryland Government Spending

Plain-Language Summary

Department of Homeland Security obligated $5.7 million to SIGNET TECHNOLOGIES, INC. for work described as: SECURITY MAINTENACE & REPAIR OF SECURITY SYSTEMS AT MULTIPLE USCIS FACILITIES FOR THE USCIS OFFICE OF SECURITY & INTEGRITY (OSI). Key points: 1. Contract awarded through full and open competition, suggesting a competitive bidding process. 2. The contract type is Time and Materials, which can pose cost control challenges if not managed closely. 3. The duration of 941 days indicates a long-term need for these security maintenance services. 4. The award amount of $5.7 million reflects a significant investment in maintaining critical infrastructure. 5. The contract is for the U.S. Citizenship and Immigration Services (USCIS) Office of Security & Integrity (OSI). 6. The North American Industry Classification System (NAICS) code 541330 points to engineering services.

Value Assessment

Rating: fair

The contract's Time and Materials (T&M) pricing structure warrants careful monitoring to ensure value for money. Without fixed price components or clear labor rate ceilings, there's a risk of cost overruns if not managed diligently. Benchmarking against similar T&M contracts for security system maintenance would be necessary to fully assess pricing fairness. The award amount of $5.7 million over approximately 2.5 years suggests a moderate annual spend for comprehensive security system upkeep.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of 4 bidders suggests a reasonable level of competition for this service. A competitive process generally helps in achieving fair market prices and encourages contractors to offer their best value propositions.

Taxpayer Impact: Taxpayers benefit from a competitive process that aims to secure the most cost-effective solution for essential security system maintenance.

Public Impact

USCIS facilities nationwide will benefit from maintained and operational security systems. The Office of Security & Integrity (OSI) will have reliable security infrastructure to support its mission. Ensures the physical security and integrity of sensitive government facilities and data. Supports the operational continuity of USCIS services by safeguarding critical infrastructure.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Engineering Services sector, specifically related to the maintenance and repair of complex security systems. The market for such services is driven by government and private sector needs for physical security and infrastructure protection. Spending in this area is often substantial due to the critical nature of security and the advanced technology involved. Comparable spending benchmarks would typically be found within government contracts for facilities maintenance and specialized security system support.

Small Business Impact

The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, the primary contractor, Signet Technologies, Inc., is likely a larger entity. There is no explicit information regarding subcontracting plans for small businesses within this award notice. The absence of a small business set-aside suggests that the competition was geared towards larger firms capable of handling the scope and complexity of maintaining security systems across multiple federal facilities.

Oversight & Accountability

Oversight for this contract will likely be managed by the U.S. Citizenship and Immigration Services (USCIS) contracting officers and program managers within the Office of Security & Integrity (OSI). Performance will be monitored against the terms and conditions of the Time and Materials contract, including adherence to labor rates and material costs. Transparency is expected through regular reporting requirements and potential site visits. The Department of Homeland Security's Inspector General may also have jurisdiction for audits and investigations.

Related Government Programs

Risk Flags

Tags

engineering-services, security-systems, facilities-maintenance, department-of-homeland-security, uscis, time-and-materials, full-and-open-competition, delivery-order, medium-value, national-security, infrastructure-protection

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $5.7 million to SIGNET TECHNOLOGIES, INC.. SECURITY MAINTENACE & REPAIR OF SECURITY SYSTEMS AT MULTIPLE USCIS FACILITIES FOR THE USCIS OFFICE OF SECURITY & INTEGRITY (OSI).

Who is the contractor on this award?

The obligated recipient is SIGNET TECHNOLOGIES, INC..

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Citizenship and Immigration Services).

What is the total obligated amount?

The obligated amount is $5.7 million.

What is the period of performance?

Start: 2024-09-16. End: 2027-04-15.

What is the historical performance record of Signet Technologies, Inc. with the federal government, particularly in security system maintenance?

A review of federal procurement data would be necessary to fully assess Signet Technologies, Inc.'s historical performance. Key indicators to examine include past contract awards, contract values, performance evaluations (such as CPARS reports), and any instances of contract disputes or terminations. Understanding their track record with similar Time and Materials contracts, especially for security systems and within agencies like DHS or USCIS, would provide crucial context for evaluating their capability and reliability in fulfilling this current $5.7 million award. A history of successful, on-time, and within-budget performance on comparable contracts would be a positive signal, while a pattern of issues could indicate potential risks.

How does the $5.7 million award compare to similar security system maintenance contracts awarded by USCIS or other DHS components?

To benchmark the value of this $5.7 million contract, a comparative analysis with similar security system maintenance contracts awarded by USCIS or other Department of Homeland Security (DHS) components is essential. This would involve identifying contracts with comparable scope (e.g., maintenance of electronic security systems, access control, surveillance), duration, and geographic coverage. Factors such as the number of bidders, contract type (e.g., T&M vs. fixed-price), and the specific technologies covered would need to be considered. If this contract's total value or estimated annual cost is significantly higher or lower than comparable contracts, it could indicate either exceptional value or potential overpricing/underbidding, respectively. The fact that it was awarded under full and open competition with four bidders suggests a competitive market, which typically drives pricing towards fair market value.

What are the primary risks associated with a Time and Materials (T&M) contract for security system maintenance, and how are they mitigated in this award?

The primary risk with Time and Materials (T&M) contracts is the potential for cost overruns, as the government pays for the actual labor hours and materials used, plus a fee or profit. This can be exacerbated if work is inefficiently performed or if labor rates and material costs are not well-controlled. For this USCIS contract, mitigation strategies would typically involve robust oversight by the contracting officer's representative (COR), strict monitoring of labor hours and material receipts, defined ceiling prices for labor categories, and clear requirements for progress reporting. The contract's duration of 941 days necessitates continuous vigilance to ensure that costs remain aligned with the expected value and that the contractor maintains efficiency throughout the performance period. Without specific details on ceiling rates or management controls within the award notice, the effectiveness of mitigation relies heavily on the government's active contract management.

What is the expected impact of this contract on the operational security and integrity of USCIS facilities?

This contract is critical for ensuring the ongoing operational security and integrity of multiple USCIS facilities. By providing maintenance and repair for security systems (which likely include access control, surveillance, intrusion detection, and alarm systems), it directly supports the physical protection of sensitive government property, information, and personnel. Reliable security systems are fundamental to preventing unauthorized access, mitigating threats, and maintaining a secure environment for processing immigration applications and conducting official business. The uninterrupted functioning of these systems, facilitated by this contract, is essential for USCIS's mission continuity and its ability to safeguard national security interests.

How does the geographic scope of 'multiple USCIS facilities' influence the contract's complexity and cost?

The designation of 'multiple USCIS facilities' significantly influences the contract's complexity and cost. Managing maintenance and repair services across various locations introduces logistical challenges, including travel time for technicians, coordination across different sites, and potentially varying security protocols or infrastructure at each facility. The cost implications include travel expenses, per diem, and potentially higher labor rates if technicians need to be deployed to remote or less accessible locations. The contractor must have a robust operational infrastructure to effectively manage service delivery across this dispersed footprint. The total award of $5.7 million over 941 days suggests that the costs associated with this geographic spread have been factored into the overall pricing.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70SBUR24Q00000124

Offers Received: 4

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 6650 ELI WHITNEY DR, COLUMBIA, MD, 21046

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $10,162,997

Exercised Options: $5,719,916

Current Obligation: $5,719,916

Actual Outlays: $1,445,069

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QSWA24D000F

IDV Type: FSS

Timeline

Start Date: 2024-09-16

Current End Date: 2027-04-15

Potential End Date: 2029-04-15 00:00:00

Last Modified: 2026-04-07

More Contracts from Signet Technologies, Inc.

View all Signet Technologies, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending