Homeland Security awards $26K for nitrile gloves to LC Industries Inc. for screening operations
Contract Overview
Contract Amount: $26,235 ($26.2K)
Contractor: LC Industries Inc
Awarding Agency: Department of Homeland Security
Start Date: 2025-12-15
End Date: 2026-01-05
Contract Duration: 21 days
Daily Burn Rate: $1.2K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 220 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT BRADLEY INTERNATIONAL AIRPORT(BDL)
Place of Performance
Location: DURHAM, DURHAM County, NORTH CAROLINA, 27703
Plain-Language Summary
Department of Homeland Security obligated $26,235 to LC INDUSTRIES INC for work described as: 220 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT BRADLEY INTERNATIONAL AIRPORT(BDL) Key points: 1. The contract value appears low, suggesting a limited scope or a specific, urgent need. 2. The award to LC Industries Inc. warrants scrutiny regarding its capacity and prior performance in similar emergency relief services. 3. The lack of competition raises concerns about potential overpricing and the absence of market-driven cost efficiencies. 4. The short duration of the contract (21 days) indicates an immediate operational requirement. 5. The emergency and other relief services NAICS code suggests this may be a response to unforeseen circumstances. 6. The fixed-price contract type provides cost certainty for the government, but the absence of competition limits price negotiation.
Value Assessment
Rating: questionable
The contract value of $26,235 for 220 cases of nitrile gloves is difficult to benchmark without more specific details on glove type and quantity per case. However, the price per case appears to be approximately $119.25. Given the 'not available for competition' status, it's challenging to assess if this represents fair market value. Without comparative pricing from other vendors or similar government contracts, the value proposition remains unclear.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed. The specific justification for this limited competition is not provided in the data. Sole-source awards can sometimes be necessary for specialized goods or services, or in emergency situations, but they typically result in higher prices and reduced transparency compared to full and open competition.
Taxpayer Impact: Taxpayers may be paying a premium due to the lack of competitive bidding. Without multiple offers, the government loses the opportunity to secure the best possible price and terms.
Public Impact
The Transportation Security Administration (TSA) will benefit from receiving these nitrile gloves. The gloves will be used for screening operations at Bradley International Airport (BDL). This contract supports the operational readiness of TSA personnel at a key transportation hub. The procurement ensures the availability of essential personal protective equipment for airport screening staff.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to higher costs for taxpayers.
- Limited data available to assess the contractor's track record for this specific type of product.
- The emergency nature of the award might bypass standard vetting processes.
Positive Signals
- Contract awarded to a single source, potentially for specialized needs or urgent requirements.
- Fixed-price contract type offers cost predictability.
- Delivery is specified to a critical transportation hub (BDL).
Sector Analysis
The procurement falls under the 'Emergency and Other Relief Services' category, which can encompass a wide range of goods and services needed during unforeseen events or to maintain essential operations. The market for nitrile gloves is generally competitive, with numerous manufacturers and distributors. However, specific types of gloves or urgent, large-scale demands can influence pricing and availability. The value of this contract is relatively small within the broader federal procurement landscape.
Small Business Impact
The data indicates that small business participation was not a factor in this award (ss: false, sb: false). There is no indication of small business set-aside or subcontracting requirements. Therefore, this contract does not appear to directly benefit the small business ecosystem.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's internal audit and inspection functions, as well as potentially the Government Accountability Office (GAO) if specific concerns are raised. Transparency is limited due to the sole-source nature of the award, and further details on the justification for not competing would be needed for a full assessment.
Related Government Programs
- Personal Protective Equipment Procurement
- TSA Operational Supplies
- Emergency Preparedness Contracts
- Department of Homeland Security Supplies
Risk Flags
- Sole-source award without clear justification
- Potential for inflated pricing due to lack of competition
- Limited data on contractor past performance for this specific item
- Short contract duration may indicate urgency, potentially impacting value
Tags
homeland-security, tsa, bradley-international-airport, nitrile-gloves, emergency-relief-services, sole-source, firm-fixed-price, department-of-homeland-security, transportation-security-administration, north-carolina, small-value-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $26,235 to LC INDUSTRIES INC. 220 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT BRADLEY INTERNATIONAL AIRPORT(BDL)
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 $26,235.
What is the period of performance?
Start: 2025-12-15. End: 2026-01-05.
What is the specific justification for awarding this contract on a sole-source basis?
The provided data indicates the contract was awarded as 'NOT AVAILABLE FOR COMPETITION,' which is a designation for sole-source procurements. The specific justification for this sole-source award is not detailed in the data. Typically, such justifications include reasons like urgent and compelling needs where only one source can fulfill the requirement, or if the item is available only from a single responsible source. Without the official justification document (e.g., a Justification and Approval or J&A), it is impossible to determine the precise rationale. This lack of transparency is a common concern with sole-source awards, as it can obscure whether the government truly exhausted all options for competition.
How does the price per case of gloves compare to market rates?
The contract value is $26,235 for 220 cases of nitrile gloves, equating to approximately $119.25 per case. Benchmarking this price is challenging without knowing the exact specifications of the gloves (e.g., thickness in mils, brand, quantity per case, specific certifications required). However, general market research for nitrile gloves can provide a rough comparison. Prices can fluctuate significantly based on demand, supply chain issues, and bulk purchasing power. Given this is a sole-source award, it is plausible that the price is higher than what could be achieved through competitive bidding. Further investigation into current market prices for similar gloves would be necessary for a definitive comparison.
What is LC Industries Inc.'s track record with similar government contracts?
Information regarding LC Industries Inc.'s specific track record with similar government contracts for nitrile gloves or emergency relief services is not provided in the data. To assess their performance, one would need to review past performance evaluations, contract history databases (like SAM.gov or FPDS), and any available CPARS (Contractor Performance Assessment Reporting System) reports. Without this information, it's difficult to gauge their reliability, quality of service, and ability to meet delivery schedules for this type of procurement. The fact that this is a sole-source award might suggest prior positive performance or a unique capability, but this cannot be confirmed from the given data.
What are the risks associated with a sole-source award for essential supplies like gloves?
Sole-source awards for essential supplies like gloves carry several risks. Primarily, the government may pay a higher price than if the contract were competed, as the vendor faces no direct price competition. This can lead to inefficient use of taxpayer funds. Secondly, there's a reduced incentive for the sole-source provider to offer the highest quality or most efficient service, as there are no competitors to outperform. Thirdly, it limits transparency and accountability, making it harder to verify that the government obtained the best value. Finally, it can stifle innovation and market development by not providing opportunities for other qualified vendors to enter the market or demonstrate their capabilities.
How does the short contract duration impact the procurement process and value?
The contract duration of 21 days (from award to completion) indicates an urgent need for the nitrile gloves. This short timeframe likely contributed to the decision to award on a sole-source basis, as a full and open competition process could take significantly longer. While a short duration ensures rapid fulfillment of an immediate requirement, it also means less time for thorough market research, price negotiation, and performance assessment. For the government, the value is in meeting an immediate operational need, but the cost-effectiveness might be compromised due to the compressed timeline and lack of competition. The urgency itself could be a factor driving up the price.
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: $26,235
Exercised Options: $26,235
Current Obligation: $26,235
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70RDAD22D00000001
IDV Type: IDC
Timeline
Start Date: 2025-12-15
Current End Date: 2026-01-05
Potential End Date: 2026-01-05 11:32:41
Last Modified: 2026-04-07
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)