DHS awards $19.9K contract for nitrile gloves to LC Industries Inc. for screening operations
Contract Overview
Contract Amount: $19,915 ($19.9K)
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: $866/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 167 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT NEW ORLEANS INTERNATIONAL AIRPORT(MSY)
Place of Performance
Location: DURHAM, DURHAM County, NORTH CAROLINA, 27703
Plain-Language Summary
Department of Homeland Security obligated $19,914.75 to LC INDUSTRIES INC for work described as: 167 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT NEW ORLEANS INTERNATIONAL AIRPORT(MSY) Key points: 1. Contract awarded for essential personal protective equipment (PPE) to support airport screening. 2. Sole-source award to LC Industries Inc. raises questions about competition and potential cost savings. 3. The contract duration is relatively short, indicating a specific operational need. 4. The product is nitrile gloves, a common but critical item for public health and safety. 5. The award value is modest, suggesting a limited scope or quantity. 6. The contract falls under emergency and relief services, potentially bypassing standard procurement processes.
Value Assessment
Rating: fair
The contract value of $19,914.75 for 167 cases of nitrile gloves appears to be within a reasonable range for bulk PPE procurement. However, without specific details on the glove specifications (e.g., thickness beyond 5 mil, brand, certifications) and a competitive benchmark, a definitive value-for-money assessment is challenging. The absence of competition limits the ability to compare pricing against market alternatives.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not openly competed. This approach is typically used when only one responsible source is available or in urgent situations. The lack of competition means that the government did not receive multiple price quotes or proposals, potentially leading to a higher price than if it had been competed.
Taxpayer Impact: Taxpayers may have paid a premium due to the absence of competitive bidding. Without a competitive process, there is less assurance that the price reflects the best possible value.
Public Impact
The Transportation Security Administration (TSA) will benefit from this contract by receiving essential nitrile gloves. The gloves will be used for screening operations at New Orleans International Airport (MSY). This ensures the continued safety and health of TSA personnel and the public during screening processes. The contract supports the operational readiness of a key transportation hub.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price discovery and potential savings for taxpayers.
- Lack of competition may indicate a failure to identify or engage with a broader range of suppliers.
- Urgency or specific requirements may have necessitated a sole-source approach, but this needs clear justification.
Positive Signals
- Contract ensures availability of critical PPE for essential screening operations.
- Award to LC Industries Inc. fulfills a specific government need.
- The contract duration is defined, providing clarity on the period of performance.
Sector Analysis
The procurement of personal protective equipment (PPE) like nitrile gloves is a common but critical aspect of government operations, particularly within sectors like transportation security and public health. The market for disposable gloves is large and diverse, with numerous manufacturers and distributors. This contract, though small in dollar value, represents a routine but necessary expenditure to maintain operational safety and hygiene standards within the federal government.
Small Business Impact
There is no indication that this contract was set aside for small businesses, nor is there information on subcontracting plans. Given the sole-source nature of the award, it is unlikely that small business participation was a significant consideration in the procurement strategy.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's internal procurement regulations and the Transportation Security Administration's operational oversight. Transparency is limited due to the sole-source award, and further details on justification and performance monitoring would be needed for a comprehensive assessment.
Related Government Programs
- Department of Homeland Security PPE Procurement
- Transportation Security Administration Operational Supplies
- Airport Screening Equipment and Supplies
Risk Flags
- Sole-source award without clear justification.
- Potential for non-competitive pricing.
- Limited transparency in procurement process.
Tags
dhs, tsa, new-orleans, airport-operations, personal-protective-equipment, nitrile-gloves, sole-source, firm-fixed-price, emergency-and-relief-services, lc-industries-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $19,914.75 to LC INDUSTRIES INC. 167 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT NEW ORLEANS INTERNATIONAL AIRPORT(MSY)
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 $19,914.75.
What is the period of performance?
Start: 2025-12-15. End: 2026-01-07.
What is the specific justification for awarding this contract on a sole-source basis?
The provided data indicates the contract was awarded 'NOT AVAILABLE FOR COMPETITION,' which is a strong indicator of a sole-source justification. Common reasons for sole-source awards include urgent and compelling needs where only one responsible source can reasonably provide the supplies or services, or when the supplies/services are unique and only available from a single source. Without further documentation from the agency (e.g., a Justification and Approval document), the precise reason remains unconfirmed. However, the nature of the item (gloves) and the agency (TSA) might suggest an urgent need related to operational requirements or public health directives that necessitated a rapid procurement without the time for a full competitive process.
How does the unit price of these nitrile gloves compare to market rates for similar products?
The data provides a total award amount of $19,914.75 for 167 cases of gloves. This equates to approximately $119.25 per case. To assess market rates, one would need to compare this price against current bulk purchase prices for 5 mil nitrile gloves from various commercial suppliers. Factors such as brand, specific certifications (e.g., FDA approval for medical use, ASTM standards), quantity discounts, and shipping costs can significantly influence price. Given the sole-source nature of this award, a direct comparison to a competitively bid government contract or a large commercial purchase is difficult. However, a quick market scan for bulk nitrile glove purchases suggests that prices can range widely, but this per-case price may be within a reasonable range, especially if specific quality or rapid delivery was required.
What are the risks associated with a sole-source procurement for essential supplies like gloves?
The primary risk of a sole-source procurement for essential supplies is the potential for inflated pricing due to the lack of competition. Without multiple bids, the government may not achieve the best possible price. Another risk is limited innovation or quality improvement, as the supplier faces less pressure to differentiate based on product enhancements. Furthermore, sole-source awards can raise concerns about fairness and equal opportunity for other potential suppliers who were not given a chance to bid. In this specific case, if there are other capable manufacturers or distributors of nitrile gloves, awarding on a sole-source basis means the TSA may not have explored all options for obtaining these critical supplies, potentially missing out on better value or more suitable products.
What is the track record of LC Industries Inc. as a government contractor, particularly for PPE?
Information on LC Industries Inc.'s track record as a government contractor is not provided in the data. To assess this, one would typically consult government databases like SAM.gov or FPDS-NG to review past awards, performance ratings, and any history of contract disputes or issues. LC Industries Inc. is known for employing individuals who are blind or visually impaired, often through government contracts under the Javits-Wagner-O'Neill Act (JKS). If this contract falls under that program, it might explain the sole-source nature and potentially different pricing considerations. Without specific contract history details, it's difficult to evaluate their past performance on similar PPE contracts.
How does this contract fit into the broader spending patterns for the Transportation Security Administration's operational needs?
This contract for $19,914.75 represents a very small portion of the TSA's overall budget and operational spending. The TSA's annual budget runs into billions of dollars, covering personnel, technology, security equipment, and various operational expenses. Expenditures on essential supplies like gloves are routine and necessary but are typically managed at a lower level within departmental or airport-specific budgets. This specific award is likely part of a larger, ongoing requirement for PPE across various TSA screening checkpoints. Its significance lies in ensuring the continuity of screening operations rather than its financial magnitude relative to the TSA's total expenditure.
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: $19,915
Exercised Options: $19,915
Current Obligation: $19,915
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 11:32:18
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)