DHS awards $764K for explosive detection system chairs, with 91 days to deliver
Contract Overview
Contract Amount: $76,439 ($76.4K)
Contractor: MOI, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2025-09-30
End Date: 2025-12-30
Contract Duration: 91 days
Daily Burn Rate: $840/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: EXPLOSIVE DETECTION SYSTEM (EDS) CHAIRS
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20004
Plain-Language Summary
Department of Homeland Security obligated $76,439.27 to MOI, INC. for work described as: EXPLOSIVE DETECTION SYSTEM (EDS) CHAIRS Key points: 1. Value for money appears fair given the short performance period and fixed-price contract. 2. Competition dynamics indicate a full and open process, suggesting potential for competitive pricing. 3. Risk indicators are low due to the firm fixed-price nature and short duration. 4. Performance context is limited by the short delivery timeline, focusing on immediate needs. 5. Sector positioning places this within the broader office furniture manufacturing market.
Value Assessment
Rating: fair
The contract value of $764,392.70 for explosive detection system chairs seems reasonable for a short-term, high-urgency requirement. The firm fixed-price structure limits the government's exposure to cost overruns. Benchmarking against similar specialized furniture contracts is difficult without more specific product details, but the price per unit, if calculable, would be a key indicator of value. The short delivery window (91 days) suggests a premium might be factored into the pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple bidders had the opportunity to submit proposals. This process is designed to foster price discovery and ensure the government receives competitive offers. The specific number of bidders is not provided, but the method suggests a robust competitive environment.
Taxpayer Impact: A full and open competition generally benefits taxpayers by driving down prices through market forces, ensuring that the government is not overpaying for goods or services.
Public Impact
The Transportation Security Administration (TSA) is the primary beneficiary, receiving essential furniture for its operations. The contract delivers specialized chairs likely intended for use with explosive detection systems. The geographic impact is concentrated in Washington D.C., where the chairs will be deployed. Workforce implications are minimal, primarily involving the manufacturing and delivery of the furniture.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Short delivery timeline (91 days) could strain contractor capacity or lead to rushed production.
- Lack of detailed specifications for 'explosive detection system chairs' raises questions about customization and potential for future needs.
- Firm fixed-price contracts can sometimes lead to lower quality if not adequately monitored, especially with tight deadlines.
Positive Signals
- Awarded under full and open competition, suggesting a competitive pricing environment.
- Firm fixed-price contract provides cost certainty for the government.
- Short performance period aligns with potentially urgent operational needs.
Sector Analysis
This contract falls within the broader office furniture manufacturing sector, specifically North American Industry Classification System (NAICS) code 337214. This sector includes establishments primarily engaged in manufacturing office furniture, except wood. The market for specialized government furniture can be niche, with demand driven by specific agency requirements and security protocols. Comparable spending benchmarks are difficult to ascertain without more granular data on the specific type and features of the chairs.
Small Business Impact
The contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses. This suggests that the primary award went to a larger entity, and the direct impact on the small business ecosystem for this specific award is likely limited unless the prime contractor engages small businesses for manufacturing or supply chain components.
Oversight & Accountability
Oversight will likely be managed by the contracting officer and program managers within the Transportation Security Administration. Accountability is established through the firm fixed-price contract terms and the defined delivery schedule. Transparency is facilitated by the public nature of federal contract awards, though specific performance metrics and quality control details are not publicly detailed.
Related Government Programs
- Transportation Security Administration Equipment Procurement
- Department of Homeland Security Furniture Contracts
- Federal Office Furniture Supply
Risk Flags
- Short Delivery Timeline
- Specialized Equipment Integration
- Firm Fixed Price Risk
Tags
dhs, tsa, transportation-security, office-furniture, manufacturing, firm-fixed-price, full-and-open-competition, washington-dc, homeland-security, specialized-equipment
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $76,439.27 to MOI, INC.. EXPLOSIVE DETECTION SYSTEM (EDS) CHAIRS
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 $76,439.27.
What is the period of performance?
Start: 2025-09-30. End: 2025-12-30.
What is the specific nature and function of 'Explosive Detection System (EDS) Chairs' and how do they differ from standard office chairs?
Explosive Detection System (EDS) Chairs are specialized seating designed to accommodate or integrate with specific types of explosive detection equipment used in security screening environments, such as airports or critical infrastructure. They may feature unique ergonomic designs for prolonged use by security personnel, integrated power or data ports for the EDS equipment, or specific material requirements for durability and safety in high-traffic areas. Unlike standard office chairs, their design is dictated by the functional needs of the detection system and the operator, potentially including features for vibration dampening, specific height adjustments, or reinforced structures to support sensitive equipment. The limited contract duration and value suggest these might be for a specific deployment or upgrade rather than a large-scale, long-term furniture solution.
How does the firm fixed-price (FFP) contract type impact the risk and value for the government in this scenario?
A Firm Fixed-Price (FFP) contract type is generally advantageous for the government when the scope of work is well-defined and risks are understood. In this case, for the supply of 'Explosive Detection System (EDS) Chairs' with a short delivery window, FFP provides cost certainty, meaning the government knows the total price upfront and is protected from potential cost overruns by the contractor. This shifts the risk of performance and cost to the contractor. For value, FFP encourages the contractor to manage costs efficiently to maximize profit. However, if the specifications are not perfectly clear or if unforeseen production issues arise, the contractor might be incentivized to cut corners on quality to meet the fixed price and deadline, necessitating robust government oversight of product specifications and delivery.
What does the short contract duration of 91 days imply about the urgency and nature of this procurement?
The short contract duration of 91 days (approximately three months) strongly suggests a procurement driven by immediate operational needs or a specific, time-sensitive project. This could be for a new facility opening, an urgent replacement of failing equipment, or a temporary setup for an event or surge in security requirements. Such short timelines often indicate that the items are critical for ongoing operations and cannot wait for a lengthy procurement cycle. It also implies that the contractor must have the capacity for rapid manufacturing and delivery, which could influence pricing. The government likely prioritized speed and availability over a more extended period of performance or potential for long-term cost savings through a more drawn-out process.
Given the 'full and open competition' award, what can be inferred about the competitive landscape for specialized EDS chairs?
The award under 'full and open competition' suggests that the market for these specialized Explosive Detection System (EDS) Chairs is sufficiently robust to attract multiple bidders. This implies that the chairs, while specialized, are not so unique or proprietary that only one or a few manufacturers can produce them. A competitive landscape generally benefits the government by driving down prices and encouraging innovation. It indicates that MOI, INC. likely offered the most advantageous proposal based on a combination of price, technical capability, and delivery schedule, as evaluated against other qualified offerors. The absence of specific bidder numbers prevents a quantitative assessment of competition intensity, but the method itself points to a healthy market.
How does the PSC code '337214' (Office Furniture, except Wood) inform our understanding of this contract's scope?
The Product and Service Code (PSC) 337214, 'Office Furniture, except Wood,' categorizes this contract under the manufacturing of non-wood office furniture. This confirms that the primary deliverable is furniture, likely made from metal, plastic, or composite materials, rather than wood. While the contract specifies 'Explosive Detection System (EDS) Chairs,' the PSC code places it within the broader context of general office furniture manufacturing. This suggests that the customization for EDS functionality is layered onto a base furniture product. It helps in understanding that the contractor, MOI, INC., operates within this established manufacturing sector, and comparisons might be drawn to other procurements of specialized office furnishings within the federal government, albeit with unique functional requirements.
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: $76,439
Exercised Options: $76,439
Current Obligation: $76,439
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 70RDAD22A00000002
IDV Type: BPA
Timeline
Start Date: 2025-09-30
Current End Date: 2025-12-30
Potential End Date: 2025-12-30 01:49:49
Last Modified: 2026-04-02
More Contracts from MOI, Inc.
- Office Chairs — $435.6K (Department of State)
- 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)
- 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 — $26.2K (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)