DHS awards $17.6M for up to 117 advanced security screening units, including installation and warranty

Contract Overview

Contract Amount: $17,623,268 ($17.6M)

Contractor: Leidos Security Detection & Automation, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2018-09-28

End Date: 2023-12-31

Contract Duration: 1,920 days

Daily Burn Rate: $9.2K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: THIS DELIVERY ORDER (DO#17) IS FOR THE PROCUREMENT OF UP TO 117 AIT-2 UNITS, INCLUDING SHIPPING, INSTALLATION AND WARRANTY.

Place of Performance

Location: TEWKSBURY, MIDDLESEX County, MASSACHUSETTS, 01876

State: Massachusetts Government Spending

Plain-Language Summary

Department of Homeland Security obligated $17.6 million to LEIDOS SECURITY DETECTION & AUTOMATION, INC. for work described as: THIS DELIVERY ORDER (DO#17) IS FOR THE PROCUREMENT OF UP TO 117 AIT-2 UNITS, INCLUDING SHIPPING, INSTALLATION AND WARRANTY. Key points: 1. Value for money assessed through firm-fixed-price contract terms and a 5-year performance period. 2. Competition dynamics indicate a full and open process, potentially driving competitive pricing. 3. Risk indicators include the long performance period and the need for successful installation and warranty fulfillment. 4. Performance context involves the procurement of advanced screening technology for security operations. 5. Sector positioning within the security and transportation infrastructure market.

Value Assessment

Rating: good

The total award of $17.6 million for up to 117 units, shipping, installation, and warranty appears reasonable given the advanced nature of the technology and the extended performance period. Benchmarking against similar procurements for advanced security screening systems would provide further insight into the unit pricing. The firm-fixed-price contract type helps to control costs and shifts some risk to the contractor.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This delivery order was awarded under a full and open competition, suggesting that multiple vendors had the opportunity to bid. The specific number of bidders is not provided, but a full and open competition generally fosters a competitive environment that can lead to more favorable pricing and innovative solutions for the government.

Taxpayer Impact: A full and open competition ensures that taxpayer dollars are used efficiently by allowing the government to select the best value offer, rather than being limited to a single source.

Public Impact

Benefits travelers and security personnel by providing advanced screening capabilities at transportation hubs. Enhances national security through improved detection of threats. Supports the Transportation Security Administration's mission to secure the nation's transportation systems. Potential for job creation in installation, maintenance, and support of the new units.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader security and detection systems market, a segment of the industrial manufacturing sector. The market for advanced screening technology is driven by evolving security threats and regulatory requirements. Comparable spending benchmarks would involve analyzing other government procurements for similar advanced detection equipment used in transportation and critical infrastructure.

Small Business Impact

The provided data does not indicate any specific small business set-aside or subcontracting requirements for this delivery order. Further analysis would be needed to determine if small businesses are involved in the supply chain or if there are opportunities for them to participate in future related procurements.

Oversight & Accountability

Oversight is likely managed by the Transportation Security Administration (TSA) contracting officers and program managers. Accountability measures would be tied to the contract's performance requirements, including delivery schedules, installation quality, and warranty provisions. Transparency is facilitated through public contract databases, though specific performance metrics may not be publicly disclosed.

Related Government Programs

Risk Flags

Tags

dhs, tsa, transportation-security, security-screening, ait-units, leidos, firm-fixed-price, full-and-open-competition, delivery-order, homeland-security, advanced-technology, equipment-procurement

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $17.6 million to LEIDOS SECURITY DETECTION & AUTOMATION, INC.. THIS DELIVERY ORDER (DO#17) IS FOR THE PROCUREMENT OF UP TO 117 AIT-2 UNITS, INCLUDING SHIPPING, INSTALLATION AND WARRANTY.

Who is the contractor on this award?

The obligated recipient is LEIDOS SECURITY DETECTION & AUTOMATION, 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 $17.6 million.

What is the period of performance?

Start: 2018-09-28. End: 2023-12-31.

What is the specific type of AIT-2 unit being procured and its primary function?

The AIT-2 units are advanced imaging technology (AIT) systems used for security screening. While the exact model is not specified, AIT systems typically employ non-intrusive imaging techniques, such as millimeter wave or backscatter X-ray, to detect threats concealed on or within individuals. These systems are crucial for enhancing security checkpoints at airports and other sensitive locations by providing detailed internal views without requiring physical pat-downs in many cases. The procurement includes shipping, installation, and warranty, indicating a comprehensive acquisition of operational capability.

How does the unit cost compare to similar advanced screening technologies in the market?

The provided data does not allow for a direct per-unit cost comparison as the total award is for 'up to 117 units' and includes shipping, installation, and warranty. To benchmark the unit cost, one would need to isolate the cost of the units themselves and compare it to the average price of similar advanced imaging technology (AIT) systems from other manufacturers or government contracts. Factors such as technological sophistication, throughput capabilities, and manufacturer support services significantly influence pricing in this specialized market. A detailed cost analysis would require access to the specific technical specifications and the breakdown of costs within the delivery order.

What are the key performance indicators (KPIs) for this contract, and how is performance being measured?

The key performance indicators (KPIs) for this contract are not explicitly detailed in the provided data. However, typical KPIs for such procurements would likely include the successful delivery and installation of all 117 units within the specified timeframe, the operational readiness and reliability of the AIT-2 systems, and the effectiveness of the contractor in fulfilling warranty obligations. Performance is likely measured through acceptance testing, site inspections, and ongoing monitoring of system uptime and maintenance records. The Transportation Security Administration (TSA) would be responsible for evaluating the contractor's adherence to the contract's technical and performance requirements.

What is the track record of Leidos Security Detection & Automation, Inc. in delivering similar security screening systems to the government?

Leidos, and its predecessor companies, have a significant track record in providing security and detection solutions to government agencies, including the Department of Homeland Security (DHS) and the Transportation Security Administration (TSA). They are known for developing and supplying advanced screening technologies, including AIT systems. Their experience often encompasses large-scale deployments, integration with existing security infrastructure, and ongoing support services. A thorough review of past performance evaluations and contract history would provide a more detailed assessment of their reliability and success in fulfilling similar complex procurements.

What is the historical spending trend for advanced security screening equipment by the TSA?

Historical spending trends for advanced security screening equipment by the TSA are generally characterized by significant investments driven by evolving security mandates and technological advancements. The TSA has consistently procured AIT systems and other advanced screening technologies to enhance passenger and baggage screening capabilities at airports nationwide. Spending in this category can fluctuate based on budget allocations, the lifecycle of existing equipment, and the introduction of new threat detection capabilities. Analyzing past TSA budget requests and contract awards for similar equipment would reveal patterns of investment and the scale of procurements over time.

Industry Classification

NAICS: ManufacturingNavigational, Measuring, Electromedical, and Control Instruments ManufacturingSearch, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing

Product/Service Code: ALARM, SIGNAL, SECURITY DETECTION

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: ONE RADCLIFF RD, TEWKSBURY, MA, 01876

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

Financial Breakdown

Contract Ceiling: $17,623,268

Exercised Options: $17,623,268

Current Obligation: $17,623,268

Actual Outlays: $1,223,485

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: HSTS0412DCT2031

IDV Type: IDC

Timeline

Start Date: 2018-09-28

Current End Date: 2023-12-31

Potential End Date: 2023-12-31 03:46:41

Last Modified: 2025-09-25

More Contracts from Leidos Security Detection & Automation, Inc.

View all Leidos Security Detection & Automation, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending