DHS awards $54M for airport security screening, with 6 bidders vying for the contract

Contract Overview

Contract Amount: $53,977,337 ($54.0M)

Contractor: Trinity Technology Group, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2019-06-18

End Date: 2025-04-30

Contract Duration: 2,143 days

Daily Burn Rate: $25.2K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 6

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: P00002 UPDATED POP TO 6/18/19 TO 8/29/24. TASK ORDER FOR COMPREHENSIVE SECURITY SCREENING SERVICES AT ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB), SANFORD, FLORIDA

Place of Performance

Location: SANFORD, SEMINOLE County, FLORIDA, 32773

State: Florida Government Spending

Plain-Language Summary

Department of Homeland Security obligated $54.0 million to TRINITY TECHNOLOGY GROUP, INC. for work described as: P00002 UPDATED POP TO 6/18/19 TO 8/29/24. TASK ORDER FOR COMPREHENSIVE SECURITY SCREENING SERVICES AT ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB), SANFORD, FLORIDA Key points: 1. The contract value of $53.98 million represents a significant investment in airport security. 2. Competition was robust with 6 bidders, suggesting a healthy market for these services. 3. The firm-fixed-price contract type helps control costs and shifts risk to the contractor. 4. The duration of the task order spans over five years, indicating a long-term need. 5. The services are critical for maintaining public safety and security at a major transportation hub. 6. The contractor, Trinity Technology Group, Inc., is responsible for delivering comprehensive screening.

Value Assessment

Rating: good

The contract value of $53.98 million for comprehensive security screening services at Orlando Sanford International Airport appears reasonable given the five-year duration and the critical nature of the services. Benchmarking against similar contracts for airport security screening across the TSA would provide a more precise value-for-money assessment. However, the presence of six bidders suggests competitive pricing was likely achieved.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, with six bids received. This level of competition is generally positive as it allows for a wider range of potential contractors to participate and can lead to more competitive pricing and innovative solutions. The number of bidders indicates a healthy market for security screening services.

Taxpayer Impact: A competitive bidding process ensures that taxpayer dollars are used efficiently by driving down costs and encouraging high-quality service delivery.

Public Impact

Travelers and airport personnel at Orlando Sanford International Airport benefit from enhanced security measures. Comprehensive security screening services are delivered, including passenger and baggage screening. The geographic impact is focused on Sanford, Florida, specifically at the Orlando Sanford International Airport. The contract supports jobs within the security services sector, potentially benefiting local and national workforces.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The security services industry, particularly for transportation hubs, is a significant sector within the broader government contracting landscape. This contract falls under the Security Guards and Patrol Services (NAICS 561612) category. The market for airport security is substantial, driven by federal mandates and the need for continuous vigilance. Comparable spending benchmarks would involve analyzing other TSA contracts for similar screening services at airports of comparable size and traffic volume.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses mandated by a set-aside. However, the prime contractor may choose to subcontract portions of the work to small businesses as part of their overall business strategy, which could provide opportunities within the small business ecosystem.

Oversight & Accountability

Oversight for this contract would primarily reside with the Department of Homeland Security (DHS) and its Transportation Security Administration (TSA). Accountability measures are typically embedded in the contract terms, including performance standards and reporting requirements. Transparency is facilitated through contract award databases. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

transportation-security, homeland-security, transportation-security-administration, security-screening, firm-fixed-price, full-and-open-competition, florida, airport-operations, large-contract, service-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $54.0 million to TRINITY TECHNOLOGY GROUP, INC.. P00002 UPDATED POP TO 6/18/19 TO 8/29/24. TASK ORDER FOR COMPREHENSIVE SECURITY SCREENING SERVICES AT ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB), SANFORD, FLORIDA

Who is the contractor on this award?

The obligated recipient is TRINITY TECHNOLOGY GROUP, 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 $54.0 million.

What is the period of performance?

Start: 2019-06-18. End: 2025-04-30.

What is the track record of Trinity Technology Group, Inc. with federal contracts, particularly with the TSA or DHS?

A thorough review of Trinity Technology Group, Inc.'s federal contract history would be necessary to assess their track record. This would involve examining past performance evaluations, any history of contract disputes or terminations, and their experience with similar large-scale security screening services. Data from contract databases like SAM.gov or FPDS can provide insights into their past awards, performance ratings, and any reported issues. Understanding their past performance is crucial for evaluating their capability to successfully execute this comprehensive security screening task order.

How does the per-unit cost of screening compare to other TSA contracts at similar airports?

To benchmark the per-unit cost, one would need to identify comparable TSA contracts for security screening services at airports with similar passenger volume, square footage, and operational complexity. The total contract value ($53.98 million) divided by the estimated number of passengers screened or screening events over the contract period would yield a per-unit cost. This figure would then be compared against the per-unit costs from other TSA contracts. A higher per-unit cost might indicate less efficient operations, higher labor costs, or a more comprehensive service level, while a lower cost could suggest better value or potentially lower service standards.

What are the key performance indicators (KPIs) for this contract, and how will they be measured?

Key performance indicators for this comprehensive security screening contract would likely include metrics related to screening efficiency (e.g., average wait times, throughput rates), security effectiveness (e.g., detection rates of prohibited items, false alarm rates), personnel performance (e.g., adherence to procedures, professionalism), and compliance with TSA regulations. These KPIs would be formally defined in the contract's Performance Work Statement (PWS). Measurement methods could involve direct observation, data collection systems, passenger surveys, and regular audits conducted by the TSA contracting officer's representative (COR).

What is the historical spending trend for security screening services at Orlando Sanford International Airport?

Analyzing historical spending for security screening at Orlando Sanford International Airport would involve reviewing previous contracts awarded for these services at this specific location. This would require accessing historical contract data from federal procurement databases to identify previous award amounts, contract durations, and the contractors involved. Understanding past spending patterns can reveal trends in cost escalation, contractor stability, and the overall investment in security screening at SFB, providing context for the current $53.98 million award.

What are the potential risks associated with a long-term, firm-fixed-price contract for security screening?

A long-term, firm-fixed-price contract for security screening carries several potential risks. For the government, the primary risk is that the fixed price might become uncompetitive over the contract's extended duration if market conditions or labor costs change significantly, potentially leading to overpayment in later years. For the contractor, there's a risk of underestimating costs or facing unforeseen operational challenges, which could erode profit margins. Additionally, a long-term commitment might reduce flexibility to adapt to evolving security threats or technological advancements unless contract modification clauses are robustly defined.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesInvestigation and Security ServicesSecurity Guards and Patrol Services

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 70T05018R5NSPP001

Offers Received: 6

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 10687 GASKINS WAY STE 200, MANASSAS, VA, 20109

Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $58,828,571

Exercised Options: $54,178,485

Current Obligation: $53,977,337

Actual Outlays: $32,111,952

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: HSTS0516DSPP912

IDV Type: IDC

Timeline

Start Date: 2019-06-18

Current End Date: 2025-04-30

Potential End Date: 2025-04-30 07:29:52

Last Modified: 2025-07-15

More Contracts from Trinity Technology Group, Inc.

View all Trinity Technology Group, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending