DHS awards $98,977 for nitrile gloves to LC Industries Inc. for TSA screening at JFK
Contract Overview
Contract Amount: $98,978 ($99.0K)
Contractor: LC Industries Inc
Awarding Agency: Department of Homeland Security
Start Date: 2025-12-15
End Date: 2026-01-06
Contract Duration: 22 days
Daily Burn Rate: $4.5K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 830 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT JOHN F KENNEDY INTERNATIONAL AIRPORT(JFK)
Place of Performance
Location: DURHAM, DURHAM County, NORTH CAROLINA, 27703
Plain-Language Summary
Department of Homeland Security obligated $98,977.5 to LC INDUSTRIES INC for work described as: 830 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT JOHN F KENNEDY INTERNATIONAL AIRPORT(JFK) Key points: 1. Contract awarded for emergency relief services, indicating a potential need for rapid procurement. 2. The contract is for nitrile gloves, a common but essential item for screening operations. 3. The award to LC Industries Inc. suggests a focus on specific supplier capabilities or existing relationships. 4. The duration of the contract is relatively short, spanning just over a month. 5. The fixed-price contract type aims to provide cost certainty for the government. 6. The North Carolina location of the contractor may have logistical implications for delivery to JFK.
Value Assessment
Rating: fair
The contract value of $98,977 for 830 cases of nitrile gloves appears reasonable given the quantity and the nature of emergency relief services. Benchmarking against similar contracts for bulk glove purchases would provide a clearer picture of value for money. However, without more specific details on glove specifications (e.g., thickness beyond 5 mil, certifications), a precise comparison is difficult. The fixed-price nature of the award helps mitigate cost escalation risks for this specific order.
Cost Per Unit: Approximately $119.25 per case of gloves. This unit cost needs to be benchmarked against market rates for 5 mil nitrile gloves, considering bulk purchase discounts and specific quality standards required by the TSA.
Competition Analysis
Competition Level: sole-source
This contract was awarded on a 'NOT AVAILABLE FOR COMPETITION' basis, indicating that a full and open competition was not conducted. This typically occurs when only one responsible source is available or when there is a compelling urgency. The lack of competition means that the government did not explore potentially lower prices or better terms that might have been available through a competitive bidding process.
Taxpayer Impact: The absence of competition means taxpayers may not have received the most cost-effective pricing for these essential supplies, as the government did not leverage market forces to drive down costs.
Public Impact
The Transportation Security Administration (TSA) at John F. Kennedy International Airport (JFK) will benefit from the supply of essential screening equipment. The contract ensures the availability of 5 mil nitrile gloves, crucial for health and safety during screening operations. The geographic impact is localized to JFK airport, supporting its operational needs. The contract supports the workforce at JFK by providing necessary personal protective equipment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition raises concerns about potential overpayment and missed opportunities for better value.
- The 'emergency relief' designation, while potentially justified, warrants scrutiny to ensure it was not used to bypass competitive processes unnecessarily.
- Limited contract duration might indicate a stop-gap measure, potentially leading to future, possibly less efficient, sole-source awards.
Positive Signals
- The contract specifies a clear quantity and type of essential protective equipment.
- The firm fixed-price contract type provides cost certainty for this specific order.
- The award is to a specific entity (LC Industries Inc.), suggesting a known supplier for this need.
Sector Analysis
The procurement of nitrile gloves falls under the broader category of medical and protective supplies within the government contracting sector. This sector is characterized by a wide range of suppliers, from large manufacturers to specialized distributors. Government spending in this area can fluctuate based on public health needs, operational requirements, and emergency situations. Benchmarking this contract against other federal awards for similar quantities of gloves would reveal if the pricing is competitive within the market for government contracts.
Small Business Impact
The provided data indicates that small business participation was not a factor in this specific award (sb: false, ss: false). There is no indication of small business set-aside provisions or subcontracting requirements. Therefore, this contract does not appear to directly benefit the small business ecosystem or promote small business subcontracting opportunities.
Oversight & Accountability
Oversight for this contract would fall under the Department of Homeland Security (DHS) and specifically the Transportation Security Administration (TSA). As a delivery order under a larger contract vehicle (implied by 'DELIVERY ORDER'), the primary oversight would focus on ensuring timely delivery, adherence to specifications, and proper invoicing. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Personal Protective Equipment Procurement
- TSA Screening Operations Supplies
- Department of Homeland Security Emergency Supplies
- Nitrile Glove Contracts
Risk Flags
- Sole-source award
- Lack of competitive bidding
- Potential for non-optimal pricing
- Short contract duration may indicate stop-gap measure
Tags
dhs, tsa, jfk-airport, nitrile-gloves, personal-protective-equipment, emergency-relief-services, sole-source, firm-fixed-price, delivery-order, transportation-security, medical-supplies, north-carolina
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $98,977.5 to LC INDUSTRIES INC. 830 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT JOHN F KENNEDY INTERNATIONAL AIRPORT(JFK)
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 $98,977.5.
What is the period of performance?
Start: 2025-12-15. End: 2026-01-06.
What is the track record of LC Industries Inc. in fulfilling government contracts, particularly for personal protective equipment?
LC Industries Inc. has a history of receiving government contracts. Further analysis would require examining their contract performance history, including on-time delivery rates, quality of goods provided, and any past performance issues or awards. Understanding their experience with similar emergency relief procurements and their capacity to handle large-scale orders would be crucial. A review of their past performance ratings, if available through federal databases like the Contractor Performance Assessment Reporting System (CPARS), would offer significant insight into their reliability and capability to meet the demands of the TSA.
How does the per-unit cost of these nitrile gloves compare to other federal contracts for similar items?
The per-unit cost is approximately $119.25 per case. To assess value for money, this figure needs to be benchmarked against federal contracts awarded for 5 mil nitrile gloves of comparable quantity and quality. Data from other agencies or previous TSA procurements for similar items would be essential. Factors such as bulk discounts, specific certifications required (e.g., FDA approval), and the urgency of the need can influence pricing. If this price is significantly higher than comparable contracts, it suggests potential overpayment due to the lack of competition.
What specific circumstances led to this contract being awarded on a 'NOT AVAILABLE FOR COMPETITION' basis?
The 'NOT AVAILABLE FOR COMPETITION' (often synonymous with sole-source) designation implies that the contracting agency, the TSA in this case, determined that only one responsible source was capable of meeting the requirement, or that there was a compelling urgency that precluded full and open competition. This could be due to specialized manufacturing capabilities, existing infrastructure, or an immediate, unforeseen need where soliciting bids would be impractical or detrimental to the government's mission. A detailed justification from the agency would be required to fully understand the rationale behind this procurement approach.
What is the typical duration and value of similar emergency relief contracts for screening supplies at major airports?
The duration of this contract is 22 days (from December 15, 2025, to January 6, 2026), with a total value of $98,977.50. To contextualize this, analysis should involve examining historical data for similar emergency procurements at JFK or other major airports managed by the TSA or DHS. This would involve looking at the average contract length, the typical quantities of supplies procured, and the associated costs. Understanding whether this award is an outlier or representative of standard emergency procurement practices will help assess its efficiency and potential risks.
Are there any known risks associated with LC Industries Inc. as a contractor, such as past performance issues or financial instability?
Assessing risks associated with LC Industries Inc. requires a review of their federal contract performance history. This includes examining data from sources like CPARS for any negative performance reviews, documented disputes, or contract terminations. Additionally, financial health indicators, if publicly available or accessible through specialized databases, could reveal potential instability. Without specific negative indicators, the primary risk identified is the lack of competition, which inherently limits price discovery and potentially leads to less favorable terms for the government.
How does this spending align with broader TSA or DHS spending patterns for operational supplies and personal protective equipment?
This $98,977.50 award for nitrile gloves represents a small fraction of the overall DHS and TSA budgets, which encompass a vast array of operational needs, including security equipment, personnel, and infrastructure. To assess alignment, one would compare this expenditure against historical spending on similar items (PPE, screening consumables) over multiple fiscal years. Analyzing trends in spending for these categories can reveal whether this award is part of a consistent procurement strategy or an isolated event driven by specific circumstances. Understanding the proportion of the budget allocated to such supplies provides context for its significance.
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: $98,978
Exercised Options: $98,978
Current Obligation: $98,978
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: 2026-01-06
Potential End Date: 2026-01-06 02:05:05
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)