TSA Awards $262K BPA Call to MOI, Inc. for Airport Design Services in US Virgin Islands

Contract Overview

Contract Amount: $26,208 ($26.2K)

Contractor: MOI, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2025-06-04

End Date: 2026-06-03

Contract Duration: 364 days

Daily Burn Rate: $72/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Transportation

Official Description: THE PURPOSE OF THIS BPA CALL IS FOR DESIGN SERVICES ONLY FOR THE TSA-STT CYRIL E. KING AIRPORT LOCATED IN SAINT THOMAS, U.S. VIRGIN ISLANDS .

Place of Performance

Location: BALTIMORE, BALTIMORE CITY County, MARYLAND, 21230

State: Maryland Government Spending

Plain-Language Summary

Department of Homeland Security obligated $26,208.26 to MOI, INC. for work described as: THE PURPOSE OF THIS BPA CALL IS FOR DESIGN SERVICES ONLY FOR THE TSA-STT CYRIL E. KING AIRPORT LOCATED IN SAINT THOMAS, U.S. VIRGIN ISLANDS . Key points: 1. Contract awarded to MOI, Inc. for design services at Cyril E. King Airport. 2. The contract is a Firm Fixed Price BPA Call with a duration of 364 days. 3. Competition was full and open, suggesting a competitive bidding process. 4. The spending is categorized under Transportation Security Administration (TSA) within the Department of Homeland Security.

Value Assessment

Rating: fair

The contract value of $262,080.26 for design services appears reasonable for a single airport location. Benchmarking against similar airport design contracts would provide a clearer assessment of value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. This method generally promotes competitive pricing and ensures the government receives the best value.

Taxpayer Impact: The relatively small contract value suggests a minimal direct impact on taxpayers, but it contributes to the overall operational efficiency of the TSA.

Public Impact

Enhances airport security infrastructure through specialized design services. Supports the operational needs of the TSA at a key transportation hub. Potential for improved passenger experience and facility functionality at the airport.

Waste & Efficiency Indicators

Waste Risk Score: 72 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically related to architectural and engineering services for transportation infrastructure. Spending benchmarks for similar airport design projects vary widely based on scope and location.

Small Business Impact

The data indicates that this contract was not awarded to a small business (sb: false). Further analysis would be needed to determine if small businesses were solicited or participated in the full and open competition.

Oversight & Accountability

The Department of Homeland Security, through the Transportation Security Administration, is responsible for overseeing this contract. Standard procurement regulations and oversight mechanisms should apply to ensure proper execution and accountability.

Related Government Programs

Risk Flags

Tags

office-furniture-except-wood-manufacturi, department-of-homeland-security, md, bpa-call, under-100k

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $26,208.26 to MOI, INC.. THE PURPOSE OF THIS BPA CALL IS FOR DESIGN SERVICES ONLY FOR THE TSA-STT CYRIL E. KING AIRPORT LOCATED IN SAINT THOMAS, U.S. VIRGIN ISLANDS .

Who is the contractor on this award?

The obligated recipient is MOI, 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 $26,208.26.

What is the period of performance?

Start: 2025-06-04. End: 2026-06-03.

What specific design elements are included in this BPA call, and how do they align with TSA's security and operational requirements?

The BPA call specifies 'design services only' for the Cyril E. King Airport. While the exact design elements are not detailed, they are expected to encompass aspects crucial for TSA operations, such as security checkpoint layouts, baggage handling system integration, passenger flow optimization, and potentially facility upgrades to meet current security standards. The alignment would be assessed by reviewing the detailed SOW against TSA's mission objectives and regulatory mandates.

What is the potential risk of cost overruns or scope creep given the firm fixed-price nature of the contract?

The firm fixed-price (FFP) contract structure inherently aims to mitigate cost overrun risks for the government, as the price is set upfront. However, risks can still arise from poorly defined SOWs, unforeseen site conditions, or change orders. Scope creep is a potential concern if the TSA requests modifications or additions beyond the original agreement, which would likely require contract modifications and potentially impact the fixed price.

How effectively will these design services contribute to the overall security and efficiency of the TSA operations at this specific airport?

The effectiveness hinges on the quality of the design services provided by MOI, Inc. and the clarity of the TSA's requirements. Well-executed design services can lead to optimized security screening processes, improved passenger flow, and enhanced facility functionality, thereby increasing operational efficiency and security effectiveness. Conversely, inadequate designs could lead to operational bottlenecks or security vulnerabilities.

Industry Classification

NAICS: ManufacturingOffice Furniture (including Fixtures) ManufacturingOffice Furniture (except Wood) Manufacturing

Product/Service Code: FURNITURE

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1801 PORTER ST STE 100, BALTIMORE, MD, 21230

Business Categories: Category Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $26,208

Exercised Options: $26,208

Current Obligation: $26,208

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 70RDAD22A00000002

IDV Type: BPA

Timeline

Start Date: 2025-06-04

Current End Date: 2026-06-03

Potential End Date: 2026-06-03 11:30:17

Last Modified: 2026-04-03

More Contracts from MOI, Inc.

View all MOI, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending