DHS awards $64K for nitrile gloves to LC Industries Inc. for TSA screening at Tampa Airport

Contract Overview

Contract Amount: $64,395 ($64.4K)

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: $2.8K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: 540 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT TAMPA INTERNATIONAL AIRPORT (TPA)

Place of Performance

Location: DURHAM, DURHAM County, NORTH CAROLINA, 27703

State: North Carolina Government Spending

Plain-Language Summary

Department of Homeland Security obligated $64,395 to LC INDUSTRIES INC for work described as: 540 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT TAMPA INTERNATIONAL AIRPORT (TPA) Key points: 1. Value for money appears fair given the specialized nature of the product and emergency relief services category. 2. Competition dynamics indicate a sole-source award, potentially limiting price discovery and increasing risk. 3. Risk indicators include the sole-source nature and the short performance period, suggesting potential urgency. 4. Performance context is for screening operations at a major transportation hub. 5. Sector positioning is within emergency and relief services, highlighting a critical need. 6. The contract is a delivery order under an unspecified basic contract, making direct comparisons difficult.

Value Assessment

Rating: fair

The award of $64,395 for 540 cases of nitrile gloves seems reasonable for specialized screening equipment. However, without a competitive bidding process, it's difficult to definitively benchmark the value against market rates or similar contracts. The price per case ($119) should be compared to bulk nitrile glove pricing, though specialized screening gloves may command a premium. The emergency relief services category suggests a potential need for rapid procurement, which can sometimes lead to higher costs.

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. This approach is typically used when only one responsible source is available or authorized by statute. The lack of competition means that the government did not receive multiple offers, which limits the opportunity for price negotiation and potentially results in a higher price than if the contract had been competed.

Taxpayer Impact: Taxpayers may be paying a premium due to the absence of competitive pressure. Without competing the requirement, there is less assurance that the most cost-effective solution was secured.

Public Impact

The Transportation Security Administration (TSA) at Tampa International Airport (TPA) will benefit from the supply of essential screening gloves. The contract ensures the availability of 540 cases of 5-mil nitrile gloves for screening operations. The geographic impact is localized to Tampa International Airport, a critical transportation hub. Workforce implications include ensuring TSA agents have necessary personal protective equipment for their duties.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The procurement falls under the broader category of emergency and other relief services, often involving the acquisition of essential supplies. The market for nitrile gloves is substantial, driven by healthcare, industrial, and government needs. This specific contract, however, is a niche requirement for screening operations at a transportation facility. Comparable spending benchmarks would typically involve bulk purchases of gloves for similar operational needs, but the sole-source nature here complicates direct comparisons.

Small Business Impact

This contract was not awarded as a small business set-aside, and there is no indication of subcontracting requirements for small businesses. Therefore, this specific award does not directly benefit the small business ecosystem. The focus is on fulfilling a direct need for the TSA, rather than utilizing small businesses as a strategic procurement tool in this instance.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Homeland Security's internal procurement regulations and the Transportation Security Administration's contracting oversight. As a delivery order under a basic contract, the oversight mechanisms of the parent contract would also apply. Transparency is limited due to the sole-source nature. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

dhs, tsa, tampa-international-airport, nitrile-gloves, emergency-relief-services, sole-source, personal-protective-equipment, transportation-security, firm-fixed-price, delivery-order

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $64,395 to LC INDUSTRIES INC. 540 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT TAMPA INTERNATIONAL AIRPORT (TPA)

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 $64,395.

What is the period of performance?

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

What is the track record of LC Industries Inc. in supplying similar nitrile gloves to government agencies?

LC Industries Inc. is a known entity, often associated with providing products and services, sometimes through specific government programs. While specific details on their track record for supplying 5-mil nitrile gloves for screening operations to agencies like the TSA are not immediately available in this data snippet, their role as a sole-source provider suggests a pre-existing relationship or capability recognized by the awarding agency. Further investigation into their past performance reports (e.g., Contractor Performance Assessment Reporting System - CPARS) and other federal contract awards would be necessary to fully assess their track record. The fact that this is a sole-source award might imply a specific capability or existing contract vehicle that the TSA is leveraging.

How does the price per case of $119 compare to market rates for 5-mil nitrile gloves?

The price of $119 per case for 5-mil nitrile gloves requires careful comparison. Bulk pricing for standard industrial or medical-grade nitrile gloves can range significantly, often between $40 to $80 per case, depending on volume, brand, and market conditions. However, gloves intended for specific screening operations, potentially with enhanced durability, specific certifications, or sourced under emergency conditions, might command higher prices. Given this is a sole-source award for emergency relief services, the $119 per case price might be justifiable if these gloves meet specialized requirements or if the procurement was expedited. A thorough market analysis comparing prices from multiple vendors for similar specialized gloves would be needed for a definitive assessment.

What are the specific risks associated with a sole-source award for essential screening supplies?

Sole-source awards carry inherent risks, primarily related to cost and competition. Without competitive bidding, the government may not achieve the best possible price, potentially leading to overspending. There's also a risk that the chosen contractor may not be the most capable or innovative provider available. For essential screening supplies like nitrile gloves, a sole-source award could also indicate a lack of readily available alternatives or a failure in market research to identify multiple sources. This can create dependency on a single supplier, which poses a risk if that supplier faces production issues, delivery delays, or decides to significantly increase prices in the future. The short performance period (23 days) further amplifies these risks by suggesting urgency, which can sometimes be exploited.

What is the expected effectiveness of these nitrile gloves in TSA screening operations?

The effectiveness of these 5-mil nitrile gloves in TSA screening operations is expected to be high, provided they meet the necessary standards for personal protective equipment (PPE) and screening protocols. Nitrile gloves offer good resistance to punctures, tears, and a wide range of chemicals, making them suitable for handling various items during security checks. The 5-mil thickness generally provides a good balance between dexterity and protection. Their primary role is to act as a barrier, protecting both TSA officers and the public from potential contaminants and ensuring hygiene during the screening process. The effectiveness is contingent on the quality of the gloves and their appropriate use by trained personnel.

How does this contract align with broader DHS spending patterns for emergency and relief services?

This contract aligns with broader Department of Homeland Security (DHS) spending patterns for emergency and relief services by focusing on the acquisition of essential supplies needed for operational continuity and public safety. DHS agencies, including the TSA, frequently procure PPE and other critical materials to support their missions, especially during heightened security or public health situations. While the dollar amount is relatively small ($64,395), it represents a typical type of expenditure within the emergency services category, where rapid procurement of specific items is often necessary. The sole-source nature, however, might deviate from a pattern of seeking competitive bids where feasible, suggesting specific circumstances or existing agreements influenced this particular award.

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: $64,395

Exercised Options: $64,395

Current Obligation: $64,395

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