DHS awards $901K for 756 cases of 5-mil nitrile gloves to TSA at MSP Airport
Contract Overview
Contract Amount: $90,153 ($90.2K)
Contractor: LC Industries Inc
Awarding Agency: Department of Homeland Security
Start Date: 2025-12-10
End Date: 2025-12-29
Contract Duration: 19 days
Daily Burn Rate: $4.7K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 756 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT MINNEAPOLIS-ST. PAUL INTERNATIONAL AIRPORT(MSP)
Place of Performance
Location: MINNEAPOLIS, HENNEPIN County, MINNESOTA, 55450
Plain-Language Summary
Department of Homeland Security obligated $90,153 to LC INDUSTRIES INC for work described as: 756 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT MINNEAPOLIS-ST. PAUL INTERNATIONAL AIRPORT(MSP) Key points: 1. High volume of gloves procured for screening operations. 2. Sole-source award raises questions about price discovery. 3. Emergency relief services category suggests potential urgency. 4. Contract duration is short, indicating immediate need.
Value Assessment
Rating: fair
The contract value of $901,530 for 756 cases of nitrile gloves appears high without further context on unit pricing or market benchmarks. The fixed-price nature provides cost certainty but doesn't guarantee optimal value.
Cost Per Unit: $1,196 per case (estimated)
Competition Analysis
Competition Level: sole-source
The contract was not available for competition, indicating a sole-source award. This limits price discovery and potentially leads to higher costs for taxpayers as competitive pressures are absent.
Taxpayer Impact: Taxpayer funds are used for this procurement, and the lack of competition may result in a less favorable price than if multiple vendors had bid.
Public Impact
Ensures operational readiness for TSA screening at a major airport. Supports public health and safety by providing necessary protective equipment. Procurement addresses potential supply chain or demand surges.
Waste & Efficiency Indicators
Waste Risk Score: 47 / 10
Warning Flags
- Lack of competition
- Potential for overpricing due to sole-source award
- Limited transparency on specific glove specifications
Positive Signals
- Addresses critical operational need
- Supports essential screening functions
- Firm fixed price contract
Sector Analysis
This procurement falls under emergency and other relief services, often associated with immediate needs or unforeseen circumstances. Benchmarks for personal protective equipment (PPE) can vary significantly based on market conditions and specific product requirements.
Small Business Impact
No information is available regarding the participation of small businesses in this sole-source contract award.
Oversight & Accountability
The award was made by the Department of Homeland Security through the Transportation Security Administration. Oversight would focus on the justification for the sole-source award and the reasonableness of the price.
Related Government Programs
- Emergency and Other Relief Services
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Sole-source award limits competition.
- Potential for inflated pricing.
- Lack of transparency on specific product quality.
- Urgency may have bypassed standard procurement protocols.
- Short delivery window could impact vendor selection.
Tags
emergency-and-other-relief-services, department-of-homeland-security, mn, delivery-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $90,153 to LC INDUSTRIES INC. 756 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT MINNEAPOLIS-ST. PAUL INTERNATIONAL AIRPORT(MSP)
Who is the contractor on this award?
The obligated recipient is LC INDUSTRIES 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 $90,153.
What is the period of performance?
Start: 2025-12-10. End: 2025-12-29.
What is the justification for the sole-source award, and was a market research conducted to confirm no other sources were available?
The justification for a sole-source award is critical for ensuring taxpayer funds are used efficiently. Without competition, it's essential to verify that extensive market research was performed to confirm that only one vendor could meet the specific requirements, or that an emergency situation precluded a competitive process. This information is vital for assessing the necessity and fairness of the procurement.
How does the per-unit cost of these nitrile gloves compare to current market rates for similar specifications?
Comparing the per-unit cost to market rates is crucial for evaluating value for money. If the cost per glove or per case significantly exceeds industry averages for 5-mil nitrile gloves, it suggests potential overpricing due to the lack of competition. This analysis helps determine if taxpayers received a fair price for the goods procured.
What specific screening operations are these gloves intended for, and are there alternative, more cost-effective protective equipment options?
Understanding the specific screening operations helps contextualize the need for 5-mil nitrile gloves. Evaluating alternative protective equipment ensures that the most appropriate and cost-effective solution was chosen. If less expensive, yet equally effective, options exist, the current procurement might not represent the best use of funds.
Industry Classification
NAICS: Health Care and Social Assistance › Community Food and Housing, and Emergency and Other Relief Services › Emergency and Other Relief Services
Product/Service Code: CLOTHING, INDIVIDUAL EQUIPMENT, INSIGNA, AND JEWELRY
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4500 EMPEROR BLVD, DURHAM, NC, 27703
Business Categories: AbilityOne Program Participant, Category Business, Corporate Entity Tax Exempt, Manufacturer of Goods, Nonprofit Organization, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $90,153
Exercised Options: $90,153
Current Obligation: $90,153
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70RDAD22D00000001
IDV Type: IDC
Timeline
Start Date: 2025-12-10
Current End Date: 2025-12-29
Potential End Date: 2025-12-29 12:06:05
Last Modified: 2026-04-08
More Contracts from LC Industries Inc
- Office and Food Service Supplies — $16.8M (Department of Defense)
- Office and Food Service Supplies — $13.3M (Department of Defense)
- Steel Mobile BF PED; 2 Drawers; 18D — $940.8K (General Services Administration)
- Ignition WK Mid-Bck Pneu SYN Tilt BCK AD — $684.1K (General Services Administration)
- 837 Cases of Gloves of 5 MIL Nitrile Gloves for Screening Operations to TSA AT Phoenix Skyharbor International Airport (PHX) — $99.8K (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)