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
- Limited scope to design services only.
- Geographic concentration in US Virgin Islands may limit vendor pool.
- No small business participation noted.
Positive Signals
- Full and open competition utilized.
- Firm fixed price contract provides cost certainty.
- Clear purpose for design services at a specific airport.
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
- Office Furniture (except Wood) Manufacturing
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Contract awarded to a single vendor.
- No small business participation indicated.
- Geographic isolation of the U.S. Virgin Islands.
- Potential for scope creep in design services.
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: Manufacturing › Office Furniture (including Fixtures) Manufacturing › Office 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.
- Office Chairs — $435.6K (Department of State)
- Explosive Detection System (EDS) Chairs — $76.4K (Department of Homeland Security)
- Nrcs TN Livingston Field Office Furniture Refresh — $71.2K (Department of Agriculture)
- Office Design for the Kansas City Mission Center. Full Build-Out of Furniture in Newly Leased Facility (95,000 SF for 670 Employees) — $53.2K (Department of Homeland Security)
- THE Purpose of This BPA Call IS to Provide 60 Chairs to TSA Headquarters in Springfield VA — $43.9K (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)