DHS awards $19.5M for TSA property management, highlighting competition challenges
Contract Overview
Contract Amount: $19,495,661 ($19.5M)
Contractor: Solutions Through Innovative Technologies Inc
Awarding Agency: Department of Homeland Security
Start Date: 2018-09-26
End Date: 2023-11-25
Contract Duration: 1,886 days
Daily Burn Rate: $10.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE PURPOSE OF TASK ORDER 70T01018F3NPRO300 IS TO PROVIDE PROPERTY MANAGEMENT SUPPORT SERVICES FOR THE TRANSPORTATION SECURITY ADMINISTRATION (TSA).
Place of Performance
Location: COPPELL, DALLAS County, TEXAS, 75019
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $19.5 million to SOLUTIONS THROUGH INNOVATIVE TECHNOLOGIES INC for work described as: THE PURPOSE OF TASK ORDER 70T01018F3NPRO300 IS TO PROVIDE PROPERTY MANAGEMENT SUPPORT SERVICES FOR THE TRANSPORTATION SECURITY ADMINISTRATION (TSA). Key points: 1. Significant contract value for property management services. 2. Competition method raises questions about price discovery. 3. Long duration may impact cost-effectiveness. 4. Services are critical for TSA's operational infrastructure.
Value Assessment
Rating: fair
The contract value of $19.5M over five years for property management support is substantial. Benchmarking against similar TSA or DHS contracts for property management services would be necessary to fully assess value, but the duration and competition method suggest potential for overpayment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a limited competition. This method can restrict the pool of potential bidders and may not result in the most competitive pricing, potentially impacting price discovery.
Taxpayer Impact: The limited competition may lead to higher costs for taxpayers compared to a truly full and open competition, although the specific impact is difficult to quantify without further data.
Public Impact
Ensures continued operational support for TSA facilities. Supports the agency's mission of ensuring transportation security. Potential for cost savings if competition were broader.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition method
- Long contract duration
- Lack of clear small business participation
Positive Signals
- Clear purpose and agency served
- Firm fixed price contract type
Sector Analysis
This contract falls within the Engineering Services sector, specifically related to property management. Spending in this area is crucial for maintaining government infrastructure, but efficiency can vary significantly based on contract structure and competition.
Small Business Impact
The data does not indicate any specific provisions or set-asides for small businesses on this contract. Further analysis would be needed to determine if small businesses had an opportunity to participate or if there were efforts to subcontract to them.
Oversight & Accountability
The contract was awarded by the Department of Homeland Security to support the Transportation Security Administration. Oversight would involve monitoring performance and adherence to the firm fixed price terms throughout the contract's duration.
Related Government Programs
- Engineering Services
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Limited competition may result in suboptimal pricing.
- Long contract duration increases risk of cost escalation.
- Potential for service obsolescence over the contract term.
- Lack of transparency regarding source exclusion.
- No clear indication of small business utilization.
Tags
engineering-services, department-of-homeland-security, tx, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $19.5 million to SOLUTIONS THROUGH INNOVATIVE TECHNOLOGIES INC. THE PURPOSE OF TASK ORDER 70T01018F3NPRO300 IS TO PROVIDE PROPERTY MANAGEMENT SUPPORT SERVICES FOR THE TRANSPORTATION SECURITY ADMINISTRATION (TSA).
Who is the contractor on this award?
The obligated recipient is SOLUTIONS THROUGH INNOVATIVE TECHNOLOGIES INC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Transportation Security Administration).
What is the total obligated amount?
The obligated amount is $19.5 million.
What is the period of performance?
Start: 2018-09-26. End: 2023-11-25.
What was the rationale for excluding sources in the competition, and did it lead to a fair price?
The specific rationale for excluding sources under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' is not provided. This method inherently limits competition, which can lead to higher prices than a truly open bid process. Without details on the exclusion criteria or comparative bids, assessing price fairness is challenging.
How does the five-year duration impact the risk of cost overruns or outdated service delivery?
A five-year duration for property management services carries a moderate risk of cost overruns if market rates increase significantly or if the scope of work evolves beyond initial projections. It also increases the risk of service delivery becoming outdated if technology or best practices advance rapidly within the sector during the contract period.
What is the expected effectiveness of property management services under this contract for TSA's mission?
The effectiveness is expected to be high in terms of maintaining TSA's physical assets and facilities, directly supporting their transportation security mission. However, the limited competition and long duration introduce risks that could diminish overall effectiveness if not actively managed through performance monitoring and potential contract modifications.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70T01018R3NPRO300
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3152 PRESIDENTIAL DR, FAIRBORN, OH, 45324
Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $19,703,711
Exercised Options: $19,703,711
Current Obligation: $19,495,661
Actual Outlays: $5,866,254
Subaward Activity
Number of Subawards: 3
Total Subaward Amount: $3,391,382
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS00Q14OADS139
IDV Type: IDC
Timeline
Start Date: 2018-09-26
Current End Date: 2023-11-25
Potential End Date: 2023-11-25 00:00:00
Last Modified: 2025-07-07
More Contracts from Solutions Through Innovative Technologies Inc
- "ndseg Oasis Task Order" — $54.3M (Department of Defense)
- Document and Media Exploitation (domex) Services — $43.3M (Department of Justice)
- Acat 1 Engineering, Professional, and Administrative Support Services (epass) Advisory and Assistance Services (A&AS) Support in Support of Intelligence, Surveillance and Reconnaissance / Special Operation Forces (isr/Sof) Directorate Global Hawk Division (aflcmc/Wig) Epass RFP #20 — $28.7M (Department of Defense)
- Joint Functional Component Command for Integrated Missile Defense Staff Support With the Purpose of Providing Advisory and Assistance Services — $20.1M (Department of Defense)
- Purchase Card Support Services — $6.2M (Department of Homeland Security)
View all Solutions Through Innovative Technologies Inc 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)