DHS awards $99,812 for 837 cases of 5-mil nitrile gloves to LC Industries Inc. for TSA screening at PHX
Contract Overview
Contract Amount: $99,812 ($99.8K)
Contractor: LC Industries Inc
Awarding Agency: Department of Homeland Security
Start Date: 2025-12-18
End Date: 2026-01-16
Contract Duration: 29 days
Daily Burn Rate: $3.4K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Transportation
Official Description: 837 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT PHOENIX SKYHARBOR INTERNATIONAL AIRPORT (PHX)
Place of Performance
Location: DURHAM, DURHAM County, NORTH CAROLINA, 27703
Plain-Language Summary
Department of Homeland Security obligated $99,812.25 to LC INDUSTRIES INC for work described as: 837 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT PHOENIX SKYHARBOR INTERNATIONAL AIRPORT (PHX) Key points: 1. The contract is for essential personal protective equipment (PPE) for airport screening operations. 2. LC Industries Inc. is the sole provider, raising questions about competition and potential price inflation. 3. The contract duration is 29 days, indicating a short-term need. 4. The spending falls under the 'Emergency and Other Relief Services' NAICS code.
Value Assessment
Rating: questionable
The provided data does not include pricing for comparable contracts, making a direct benchmark difficult. However, the unit price for these gloves needs careful scrutiny given the lack of competition.
Cost Per Unit: $11.95 per case
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning there was no opportunity for other vendors to bid. This significantly limits price discovery and potentially leads to higher costs for taxpayers.
Taxpayer Impact: The sole-source nature of this award means taxpayers may not be receiving the best possible price for these essential gloves.
Public Impact
Ensures continued safety and operational capability for TSA screening personnel at PHX. Provides necessary protective equipment to mitigate health risks for airport staff. Supports a specific vendor, LC Industries Inc., which may have unique capabilities or be a mandatory source.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and price negotiation.
- Lack of comparable contract data hinders value assessment.
- Short contract duration may indicate an urgent, potentially unplanned need.
Positive Signals
- Ensures critical supply of PPE for airport security.
- Supports a known supplier for specialized products.
Sector Analysis
This procurement falls under the Transportation sector, specifically related to airport operations and security. Spending on PPE for essential services is common, but the lack of competition here is a key concern.
Small Business Impact
There is no indication that small businesses were involved in this specific procurement, as it was awarded directly to LC Industries Inc. on a sole-source basis.
Oversight & Accountability
Oversight is needed to ensure the necessity and pricing of sole-source contracts, especially for essential supplies like PPE. The justification for the sole-source award should be thoroughly reviewed.
Related Government Programs
- Emergency and Other Relief Services
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Sole-source award
- Lack of competitive bidding
- Limited price transparency
- Potential for overpayment
Tags
emergency-and-other-relief-services, department-of-homeland-security, nc, delivery-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $99,812.25 to LC INDUSTRIES INC. 837 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT PHOENIX SKYHARBOR INTERNATIONAL AIRPORT (PHX)
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 $99,812.25.
What is the period of performance?
Start: 2025-12-18. End: 2026-01-16.
What is the justification for the sole-source award to LC Industries Inc. for these nitrile gloves?
The justification for a sole-source award typically involves unique capabilities, proprietary technology, or a mandatory source requirement. Without further documentation, it's difficult to ascertain the specific reason LC Industries Inc. was the only option. Agencies must provide a compelling justification to deviate from competitive bidding processes to ensure fair pricing and prevent potential waste.
How does the per-unit cost of these gloves compare to market rates for similar 5-mil nitrile gloves?
A direct comparison is challenging without access to market data or other government contracts for identical items. However, the price of $11.95 per case warrants scrutiny. Market research on bulk nitrile glove pricing from competitive sources would be necessary to determine if this represents a fair market value or if the lack of competition inflated the cost.
What is the potential long-term impact of relying on sole-source contracts for essential supplies like PPE?
Sole-source contracts can lead to reduced innovation, higher prices, and a lack of vendor accountability over time. Consistent reliance on non-competitive awards can stifle market competition, making it harder for new vendors to enter and potentially leading to price gouging. Agencies should prioritize competitive procurements to ensure cost-effectiveness and access to a broader range of suppliers.
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: $99,812
Exercised Options: $99,812
Current Obligation: $99,812
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70RDAD22D00000001
IDV Type: IDC
Timeline
Start Date: 2025-12-18
Current End Date: 2026-01-16
Potential End Date: 2026-01-16 02:35:25
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)
- 830 Cases of Gloves of 5 MIL Nitrile Gloves for Screening Operations to TSA AT John F Kennedy International Airport(jfk) — $99.0K (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)