DHS awards $74.6M for explosive detection systems, raising questions about competition and value
Contract Overview
Contract Amount: $74,575,548 ($74.6M)
Contractor: Smiths Detection Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2020-09-28
End Date: 2027-03-29
Contract Duration: 2,373 days
Daily Burn Rate: $31.4K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PURCHASE AND INSTALLATION OF THIRTY NINE (39) MEDIUM SPEED EXPLOSIVE DETECTION SYSTEMS FOR VARIOUS AIRPORT PROJECTS.
Place of Performance
Location: NEWARK, ALAMEDA County, CALIFORNIA, 94560
Plain-Language Summary
Department of Homeland Security obligated $74.6 million to SMITHS DETECTION INC. for work described as: PURCHASE AND INSTALLATION OF THIRTY NINE (39) MEDIUM SPEED EXPLOSIVE DETECTION SYSTEMS FOR VARIOUS AIRPORT PROJECTS. Key points: 1. The contract for explosive detection systems was awarded on a sole-source basis, limiting competitive pricing. 2. The high cost per system suggests a need for benchmarking against similar procurements. 3. The long performance period (nearly 7 years) may indicate a need for ongoing support and maintenance. 4. The lack of competition raises concerns about potential overpayment and reduced innovation. 5. The contract is concentrated within the Transportation Security Administration, a key agency for airport security. 6. The primary contractor, Smiths Detection Inc., is a significant player in the security screening market.
Value Assessment
Rating: questionable
The total award of $74.6 million for 39 medium-speed explosive detection systems equates to approximately $1.91 million per system. Without specific details on the system's capabilities, it is difficult to definitively benchmark this cost. However, given the sole-source nature of the award, there is a significant risk that the price is not optimized. Further analysis would require comparing this unit cost to similar systems procured competitively by other government agencies or international bodies, as well as understanding the technological specifications and included services.
Cost Per Unit: Approximately $1.91 million per system (39 systems / $74.6M total award)
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning that only one vendor, Smiths Detection Inc., was solicited. The justification for this approach is not provided in the available data. A sole-source award typically results in less competitive pricing and potentially limits the government's access to a wider range of technological solutions. The absence of multiple bidders means there was no direct price comparison or negotiation driven by market forces.
Taxpayer Impact: The lack of competition means taxpayers may not have received the best possible price for these critical security systems, as there was no incentive for the sole provider to offer the most cost-effective solution.
Public Impact
Airport security will be enhanced through the installation of 39 new explosive detection systems. Travelers and airport personnel will benefit from improved safety measures. The contract supports the Transportation Security Administration's mission to secure the nation's transportation systems. The geographic impact is likely to be across various airports within California, as indicated by the state code. The contract may indirectly support jobs in the manufacturing and installation of specialized security equipment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition and potentially leads to higher costs for taxpayers.
- High per-unit cost requires further investigation to ensure value for money.
- Long contract duration could indicate potential for cost overruns if not managed effectively.
- Lack of transparency in the sole-source justification raises concerns about procurement integrity.
Positive Signals
- Procurement of critical security equipment to enhance airport safety.
- Award to a known contractor in the security detection field.
- Clear end-date for the contract provides a defined period for delivery and installation.
Sector Analysis
The market for explosive detection systems is a specialized segment within the broader security and defense industry. This sector is characterized by high technological barriers to entry and significant research and development investment. Major players often have established relationships with government agencies due to the critical nature of their products. Spending in this area is driven by evolving threat landscapes and regulatory requirements for transportation security. Comparable spending benchmarks would typically involve looking at other large-scale procurements of similar detection technology by agencies like the TSA or international aviation authorities.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Given the specialized nature of explosive detection systems and the sole-source award to a large incumbent, it is unlikely that small businesses would have been significantly involved as prime contractors. There is no information provided regarding subcontracting plans, which makes it difficult to assess any potential impact on the small business ecosystem. Typically, larger sole-source contracts offer fewer opportunities for small business participation unless specifically mandated.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Homeland Security's internal audit and program management functions, as well as the Transportation Security Administration. The Inspector General's office within DHS would have jurisdiction to investigate potential fraud, waste, or abuse. Transparency regarding the sole-source justification and performance metrics would be key to assessing accountability. The contract's long duration necessitates ongoing monitoring of performance and spending.
Related Government Programs
- Airport Security Equipment Procurement
- Explosive Detection Systems
- Transportation Security Administration Contracts
- Homeland Security Department Spending
- Sole-Source Procurements
Risk Flags
- Sole-source award
- High per-unit cost
- Lack of competition justification
- Long contract duration
Tags
dhs, tsa, transportation-security, explosive-detection-systems, sole-source, homeland-security, airport-security, california, firm-fixed-price, irradiation-apparatus-manufacturing, medium-speed
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $74.6 million to SMITHS DETECTION INC.. PURCHASE AND INSTALLATION OF THIRTY NINE (39) MEDIUM SPEED EXPLOSIVE DETECTION SYSTEMS FOR VARIOUS AIRPORT PROJECTS.
Who is the contractor on this award?
The obligated recipient is SMITHS DETECTION 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 $74.6 million.
What is the period of performance?
Start: 2020-09-28. End: 2027-03-29.
What is the specific justification for awarding this contract on a sole-source basis to Smiths Detection Inc.?
The provided data does not include the specific justification for the sole-source award. Typically, sole-source procurements are justified under circumstances such as urgent and compelling needs, unique capabilities of a single contractor, or when only one responsible source exists. For a contract of this magnitude and duration, a detailed justification document would normally be required by federal acquisition regulations. Without this document, it is impossible to assess the validity of the sole-source decision and whether it truly served the government's best interest or if alternative solutions were adequately explored. This lack of transparency is a significant concern for ensuring fair competition and optimal use of taxpayer funds.
How does the per-unit cost of these explosive detection systems compare to similar systems procured competitively?
The per-unit cost for these 39 systems is approximately $1.91 million ($74.6 million / 39). Benchmarking this figure requires access to data on comparable systems. Factors influencing cost include the specific technology (e.g., CT-based, trace detection), throughput speed, resolution, integration capabilities, and included software and maintenance. Given the sole-source nature of this award, it is highly probable that this unit cost is higher than what could have been achieved through a competitive bidding process. A thorough value-for-money assessment would necessitate obtaining data on systems with similar specifications procured competitively by the TSA or other federal agencies, or even international procurements, to establish a fair market price.
What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this contract?
The provided data does not detail the specific Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. However, for explosive detection systems, critical performance metrics would likely include detection accuracy rates (minimizing false positives and negatives), system uptime and reliability, speed of detection, ease of integration with existing airport infrastructure, and response times for technical support and maintenance. Given the nearly seven-year duration of the contract (September 2020 to March 2027), robust SLAs would be essential to ensure the systems remain operational and effective throughout their lifecycle. The absence of this information hinders a comprehensive assessment of the contractor's performance obligations and the government's ability to hold them accountable.
What is the track record of Smiths Detection Inc. in fulfilling similar large-scale government contracts?
Smiths Detection Inc. is a well-established company specializing in security screening technology and has a significant history of supplying equipment to government agencies, including the Department of Homeland Security (DHS) and the Transportation Security Administration (TSA). They are known for providing a range of detection systems for aviation, ports, and borders. While specific details on past performance for contracts of this exact scale and type are not provided here, their continued presence in the market suggests a generally satisfactory track record. However, a deeper dive into past performance evaluations, any contract disputes, or delivery issues on previous DHS/TSA contracts would be necessary for a complete assessment of their reliability and capability for this specific award.
What are the potential risks associated with the long duration of this contract (2020-2027)?
The contract's duration of nearly seven years presents several potential risks. Firstly, technological obsolescence is a significant concern; security technology evolves rapidly, and systems procured today might be outdated before the contract ends. Secondly, the long timeframe increases the risk of cost escalation if not managed tightly, especially concerning maintenance and support services. Thirdly, it limits the government's flexibility to adapt to changing threat assessments or to incorporate newer, potentially more effective technologies that emerge during the contract period. Finally, extended contracts can sometimes lead to complacency from the contractor if performance monitoring is not rigorous, potentially impacting the consistent delivery of required services and system effectiveness.
How does this spending align with overall federal spending on airport security technology?
This $74.6 million award represents a significant investment in a specific category of airport security technology. To understand its alignment with overall federal spending, one would need to analyze historical TSA and DHS budgets allocated to screening equipment, particularly explosive detection systems. This single contract's value should be compared against the total annual spending on such technologies over several fiscal years. Factors like the number of airports being equipped, the specific type of threat these systems address, and any mandated upgrades or replacements would influence this spending. Without broader budget context, it's difficult to determine if this represents an increase, decrease, or steady level of investment compared to previous periods or other security initiatives.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Irradiation Apparatus Manufacturing
Product/Service Code: ALARM, SIGNAL, SECURITY DETECTION
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2202 LAKESIDE BLVD, EDGEWOOD, MD, 21040
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Manufacturer of Goods, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $74,575,548
Exercised Options: $74,575,548
Current Obligation: $74,575,548
Actual Outlays: $48,823,991
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 70T04018D9CAP1035
IDV Type: IDC
Timeline
Start Date: 2020-09-28
Current End Date: 2027-03-29
Potential End Date: 2027-03-29 01:36:41
Last Modified: 2026-01-27
More Contracts from Smiths Detection Inc.
- Jcad Lrip — $324.2M (Department of Defense)
- Production Year 6 — $211.1M (Department of Defense)
- GE Homeland Protection, Inc. Hsts04-05-D-Dep008 Modification: Hsts0408jct3026 Preventative and Correctvie Maintenance for GE CTX Deployed Units. Specifically, CTX 2500, CTX 5500, CTX 9000, and CTX 9400 — $182.1M (Department of Homeland Security)
- Delivery Order 70t04019f5cap1065 (DO3) IS Issued for the Purchase of Medium Speed Explosive Detection Systems (mseds), Ancillary Equipment and Installation to Support Airport Projects Nationwide — $103.8M (Department of Homeland Security)
- Purchase and Installation of Medium Speed Explosive Detection Systems — $98.7M (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)