DHS awards $52K for nitrile gloves to LC Industries Inc. for TSA screening operations

Contract Overview

Contract Amount: $52,232 ($52.2K)

Contractor: LC Industries Inc

Awarding Agency: Department of Homeland Security

Start Date: 2025-12-15

End Date: 2026-01-07

Contract Duration: 23 days

Daily Burn Rate: $2.3K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: 438 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT OHARE INTERNATIONAL AIRPORT ORD

Place of Performance

Location: CHICAGO, COOK County, ILLINOIS, 60666

State: Illinois Government Spending

Plain-Language Summary

Department of Homeland Security obligated $52,231.5 to LC INDUSTRIES INC for work described as: 438 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT OHARE INTERNATIONAL AIRPORT ORD Key points: 1. Contract awarded for emergency relief services, indicating a need for immediate supply. 2. The contract is for nitrile gloves, a common but essential item for screening operations. 3. The duration of the contract is short, suggesting a specific, time-bound requirement. 4. The award was not competitively solicited, raising questions about potential cost savings. 5. The contractor, LC Industries Inc., is a known supplier in this product category. 6. The geographic location of delivery is Illinois, specifically at O'Hare International Airport.

Value Assessment

Rating: fair

The contract value of $52,231.50 for 438 cases of nitrile gloves appears reasonable for a specialized procurement. However, without competitive bidding, it's difficult to definitively benchmark the value against market rates or other similar contracts. The fixed-price nature of the contract provides cost certainty for the government, but the lack of competition may have resulted in a higher price than could have been achieved through a bidding process. Further analysis would require comparing this price to publicly available contract data for similar glove procurements.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning it was not open to competition from multiple vendors. The justification for this approach is not detailed in the provided data. Sole-source awards can sometimes be necessary for specialized items or in urgent situations, but they limit the government's ability to secure the best possible pricing through market competition. The absence of multiple bids means there's no direct comparison to gauge if the price offered is truly competitive.

Taxpayer Impact: Taxpayers may not be receiving the best value due to the lack of competitive bidding, potentially leading to a higher cost for these essential supplies.

Public Impact

The Transportation Security Administration (TSA) will benefit from this contract by receiving necessary screening supplies. The services delivered include the provision of nitrile gloves essential for health and safety during screening operations. The geographic impact is localized to Illinois, specifically at O'Hare International Airport. There are no direct workforce implications mentioned, as this is a supply contract.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The procurement of nitrile gloves falls under the broader category of medical and safety supplies within the government contracting sector. This sector is characterized by a mix of large manufacturers and specialized distributors. Government agencies frequently procure such items to ensure the safety and operational readiness of their personnel. Benchmarking this contract's value would involve comparing it to other federal, state, or commercial contracts for similar quantities and types of nitrile gloves, considering factors like mil thickness and brand.

Small Business Impact

The provided data does not indicate if this contract involved small business set-asides or subcontracting opportunities. Given the sole-source nature of the award, it is less likely that small businesses were specifically targeted for subcontracting unless LC Industries Inc. voluntarily engaged them. Further investigation into LC Industries Inc.'s subcontracting plans would be needed to assess the impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Homeland Security's internal procurement oversight mechanisms and the contracting officer responsible for the award. Transparency is limited due to the sole-source nature. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected in the procurement process or contract execution.

Related Government Programs

Risk Flags

Tags

dhs, tsa, transportation-security-administration, illinois, chicago-ohare-international-airport, nitrile-gloves, personal-protective-equipment, emergency-relief-services, sole-source, firm-fixed-price, delivery-order, fy2026

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $52,231.5 to LC INDUSTRIES INC. 438 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT OHARE INTERNATIONAL AIRPORT ORD

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 $52,231.5.

What is the period of performance?

Start: 2025-12-15. End: 2026-01-07.

What is the typical price range for 438 cases of 5-mil nitrile gloves in the federal market?

Determining a precise typical price range for 438 cases of 5-mil nitrile gloves without more specific contract details (like brand, specific certifications, and delivery timelines) is challenging. However, based on general market data and historical federal contract awards, the price per case can vary significantly. Factors influencing price include bulk discounts, manufacturer, specific certifications (e.g., FDA approval), and the urgency of the requirement. For a sole-source award like this, the price might be higher than a competitively bid contract. A rough estimate, considering bulk purchases, could range from $80 to $150 per case, making the total for 438 cases potentially between $35,000 and $65,000. The awarded price of approximately $120 per case falls within this broad range, but the lack of competition prevents a definitive value assessment.

What is the track record of LC Industries Inc. in supplying similar goods to the federal government?

LC Industries Inc. has a history of supplying various goods, including personal protective equipment, to the federal government. As a participant in government contracting, they have likely fulfilled numerous orders for items such as gloves, masks, and other safety supplies. Their ability to secure this sole-source award suggests they are a recognized supplier capable of meeting specific government needs. However, a detailed analysis of their past performance, including on-time delivery rates, quality of goods, and any past disputes or contract terminations, would require accessing federal procurement databases like SAM.gov or FPDS. Without that specific data, we can only infer a general capability based on their presence in the market.

What specific circumstances led to this contract being awarded on a sole-source basis?

The provided data indicates the contract was awarded under 'NOT AVAILABLE FOR COMPETITION,' which is often synonymous with a sole-source justification. Common reasons for sole-source awards include urgent and compelling needs where competition is not feasible, the availability of a unique product or service from a single source, or when only one responsible source can provide the required supplies or services. For this specific contract, the 'Emergency and Other Relief Services' NAICS code and the short delivery window suggest a potential urgent need related to screening operations, possibly due to unforeseen circumstances or a sudden surge in demand. A formal justification document, typically required for sole-source procurements exceeding certain dollar thresholds, would contain the detailed rationale.

How does the duration of this contract (23 days) impact the overall value and risk?

The extremely short duration of this contract, spanning just 23 days from award to delivery completion, suggests a highly time-sensitive requirement. This short window likely necessitates rapid fulfillment by the contractor, potentially increasing logistical costs. For the government, the short duration minimizes long-term commitment and allows for quick adaptation if needs change. However, it also implies that this is not a standing order but a response to an immediate, specific need. The risk associated with such a short contract is generally lower in terms of long-term performance issues, but higher in terms of ensuring timely delivery and immediate availability of the correct specifications, especially if the procurement process itself was expedited.

Are there any comparable federal spending benchmarks for nitrile glove procurements of this size and type?

Finding precise federal spending benchmarks for nitrile glove procurements of this exact size (438 cases) and type (5-mil for screening) can be difficult without access to comprehensive contract databases and advanced analytics tools. However, general benchmarks can be inferred. Federal agencies frequently purchase nitrile gloves, and prices can range widely based on volume, brand, and competition. A contract of this value ($52,231.50) for approximately 438 cases suggests a per-case cost of around $120. This price point is not inherently high or low without context. For instance, larger, competitively bid contracts might achieve lower per-unit costs due to economies of scale. Conversely, smaller, urgent, or sole-source procurements often carry a premium. Comparing this to other sole-source awards for similar items or to publicly available pricing from GSA schedules could provide a more robust benchmark.

Industry Classification

NAICS: Health Care and Social AssistanceCommunity Food and Housing, and Emergency and Other Relief ServicesEmergency 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: $52,232

Exercised Options: $52,232

Current Obligation: $52,232

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: 2026-01-07

Potential End Date: 2026-01-07 12:07:56

Last Modified: 2026-04-07

More Contracts from LC Industries Inc

View all LC Industries Inc federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending