DHS Awards $32.6M for Explosive Detection Systems to Smiths Detection Inc
Contract Overview
Contract Amount: $32,664,010 ($32.7M)
Contractor: Smiths Detection Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2025-09-29
End Date: 2028-09-28
Contract Duration: 1,095 days
Daily Burn Rate: $29.8K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: DELIVERY ORDER FOR EXPLOSIVE DETECTION SYSTEM PURCHASE & INSTALLATION.
Place of Performance
Location: SPRINGFIELD, FAIRFAX County, VIRGINIA, 22150
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $32.7 million to SMITHS DETECTION INC. for work described as: DELIVERY ORDER FOR EXPLOSIVE DETECTION SYSTEM PURCHASE & INSTALLATION. Key points: 1. Significant investment in critical security infrastructure. 2. Sole-source award raises questions about competition and potential cost savings. 3. Long-term contract (3 years) with substantial value. 4. Focus on detection systems highlights ongoing security needs.
Value Assessment
Rating: questionable
The contract value of $32.6M for a 3-year delivery order is substantial. Without competitive bidding, it's difficult to assess if this price is optimal compared to market alternatives or previous procurements for similar systems.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This limits price discovery and may result in higher costs for taxpayers compared to a competitive process.
Taxpayer Impact: The lack of competition could lead to a higher financial burden on taxpayers if the price is not optimized.
Public Impact
Enhances security at transportation hubs. Supports TSA's mission to protect the nation. Potential for improved detection capabilities. Ensures operational readiness for security screening.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Potential for overpricing
- Long-term commitment
Positive Signals
- Addresses critical security need
- Supports established vendor
Sector Analysis
The Transportation Security Administration (TSA) frequently procures security equipment. Spending in this sector is driven by evolving threats and the need for advanced detection technologies. Benchmarks are difficult without competitive data.
Small Business Impact
The data does not indicate any specific provisions or considerations for small businesses in this sole-source award.
Oversight & Accountability
Oversight is crucial for sole-source contracts to ensure fair pricing and value. The TSA should have internal mechanisms to validate the necessity and cost-effectiveness of this award.
Related Government Programs
- Irradiation Apparatus Manufacturing
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Sole-source award limits competition.
- Potential for inflated pricing.
- Lack of transparency in price justification.
- Long contract duration may not adapt to future tech.
- Dependence on a single vendor.
Tags
irradiation-apparatus-manufacturing, department-of-homeland-security, va, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $32.7 million to SMITHS DETECTION INC.. DELIVERY ORDER FOR EXPLOSIVE DETECTION SYSTEM PURCHASE & INSTALLATION.
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 $32.7 million.
What is the period of performance?
Start: 2025-09-29. End: 2028-09-28.
What is the justification for the sole-source award, and how was the price determined to be fair and reasonable?
The justification for a sole-source award typically involves unique capabilities, urgent needs, or lack of viable alternatives. The contracting agency must demonstrate that the price is fair and reasonable through market research, historical data, or cost analysis. Without this documentation, it's difficult to ascertain the validity of the pricing.
What are the specific performance metrics and deliverables for this explosive detection system?
Performance metrics and deliverables are critical for assessing the effectiveness of the system. These would typically include detection rates, false alarm rates, operational uptime, maintenance requirements, and integration capabilities with existing security infrastructure. Clear, measurable objectives are essential for contract success.
How does this procurement align with the TSA's long-term technology roadmap for threat detection?
This procurement should align with the TSA's strategic vision for enhancing security capabilities. It's important to understand if this system represents a significant technological advancement, fills a critical gap, or is part of a broader modernization effort. Alignment ensures that investments are strategic and contribute to overall mission effectiveness.
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, Foreign-Owned and U.S.-Incorporated Business, Manufacturer of Goods, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $32,664,010
Exercised Options: $32,664,010
Current Obligation: $32,664,010
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70T04025D7672N004
IDV Type: IDC
Timeline
Start Date: 2025-09-29
Current End Date: 2028-09-28
Potential End Date: 2028-09-28 12:00:00
Last Modified: 2026-04-07
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)