DHS Awards $70K for 590 Cases of Nitrile Gloves to LC Industries Inc. for TSA at Logan Airport
Contract Overview
Contract Amount: $70,358 ($70.4K)
Contractor: LC Industries Inc
Awarding Agency: Department of Homeland Security
Start Date: 2025-12-30
End Date: 2026-01-20
Contract Duration: 21 days
Daily Burn Rate: $3.4K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Transportation
Official Description: 590 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT BOS LOGAN INTERNATIONAL AIRPORT (BOS)
Place of Performance
Location: DURHAM, DURHAM County, NORTH CAROLINA, 27703
Plain-Language Summary
Department of Homeland Security obligated $70,357.5 to LC INDUSTRIES INC for work described as: 590 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT BOS LOGAN INTERNATIONAL AIRPORT (BOS) Key points: 1. The contract is for essential personal protective equipment (PPE) for screening operations. 2. LC Industries Inc. is a significant supplier of gloves, potentially indicating established market presence. 3. The award method is 'NOT AVAILABLE FOR COMPETITION', raising questions about price discovery and potential cost savings. 4. The sector is Transportation, with a focus on security operations.
Value Assessment
Rating: fair
The price per case is approximately $119.06. Without specific benchmarks for 5-mil nitrile gloves for screening operations, it's difficult to definitively assess value. However, this price point should be compared against similar government and commercial contracts for bulk nitrile glove purchases.
Cost Per Unit: $119.06 per case
Competition Analysis
Competition Level: limited
The contract was awarded under 'NOT AVAILABLE FOR COMPETITION'. This suggests that competition may have been limited due to specific requirements or circumstances. The lack of open competition could impact the government's ability to secure the best possible price.
Taxpayer Impact: Taxpayer funds are being used for this procurement. The absence of full and open competition may result in a higher cost than if multiple vendors had competed.
Public Impact
Ensures operational continuity for TSA screening at Logan Airport by providing necessary PPE. Supports a specific manufacturer, LC Industries Inc., which may have unique capabilities or be a designated supplier. Highlights the ongoing need for protective equipment in public-facing government roles.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may lead to suboptimal pricing.
- Lack of detailed justification for sole-source award.
Positive Signals
- Ensures availability of critical PPE for TSA operations.
- Contract awarded to a known entity in the glove manufacturing sector.
Sector Analysis
This procurement falls within the Transportation sector, specifically for airport security operations. Spending on PPE for federal agencies is common, especially post-pandemic, but benchmarks for specialized screening gloves are less readily available compared to general-use items.
Small Business Impact
The data does not indicate whether small businesses were involved in this specific contract or if LC Industries Inc. is a small business. Further analysis would be needed to determine the impact on small business participation.
Oversight & Accountability
The award method 'NOT AVAILABLE FOR COMPETITION' warrants further oversight to ensure the justification is sound and that taxpayer funds are used efficiently. Post-award review of pricing against market rates would be beneficial.
Related Government Programs
- Emergency and Other Relief Services
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Limited competition award.
- Potential for non-optimal pricing.
- Lack of detailed justification for award method.
- Dependence on a single supplier for critical PPE.
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 $70,357.5 to LC INDUSTRIES INC. 590 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT BOS LOGAN INTERNATIONAL AIRPORT (BOS)
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 $70,357.5.
What is the period of performance?
Start: 2025-12-30. End: 2026-01-20.
What specific factors led to the 'NOT AVAILABLE FOR COMPETITION' determination for this glove procurement?
The specific factors leading to the 'NOT AVAILABLE FOR COMPETITION' determination are not detailed in the provided data. Typically, such designations are based on factors like urgent and compelling needs, unique capabilities of a single source, or specific government mandates. Without further documentation, it's unclear if this was due to a unique product requirement, a critical supply chain issue, or another justification.
How does the per-unit cost of these nitrile gloves compare to similar government or commercial bulk purchases?
The per-case cost is approximately $119.06. A comprehensive comparison requires access to current market data for 5-mil nitrile gloves intended for screening operations. Benchmarking against recent government contracts (e.g., GSA schedules) or large commercial distributors for similar bulk quantities would provide a clearer picture of whether this price represents good value or if potential savings were missed due to limited competition.
What is the potential risk to operational effectiveness if these specific gloves are not procured or if there are supply chain disruptions?
The primary risk is the potential disruption of TSA screening operations at Logan International Airport due to a lack of essential PPE. This could lead to delays, compromised security protocols, and increased health risks for personnel. The reliance on a single source, especially under a limited competition award, also introduces supply chain risk if LC Industries Inc. faces production or delivery issues.
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: $70,358
Exercised Options: $70,358
Current Obligation: $70,358
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70RDAD22D00000001
IDV Type: IDC
Timeline
Start Date: 2025-12-30
Current End Date: 2026-01-20
Potential End Date: 2026-01-20 09:24:32
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)