DHS awards $47.7K for nitrile gloves to LC Industries Inc. for TSA screening
Contract Overview
Contract Amount: $47,700 ($47.7K)
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: $2.3K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 400 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT JOHN GLENN INTERNATIONAL AIRPORT (CMH)
Place of Performance
Location: DURHAM, DURHAM County, NORTH CAROLINA, 27703
Plain-Language Summary
Department of Homeland Security obligated $47,700 to LC INDUSTRIES INC for work described as: 400 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT JOHN GLENN INTERNATIONAL AIRPORT (CMH) Key points: 1. Value for money appears fair given the emergency nature and specific requirements. 2. Competition was limited, raising questions about potential price optimization. 3. Risk indicators are low due to the short duration and readily available nature of the product. 4. Performance context suggests a need for immediate supply to support screening operations. 5. Sector positioning is within essential supplies for transportation security.
Value Assessment
Rating: fair
The contract value of $47,700 for 400 cases of nitrile gloves seems reasonable for an emergency procurement. Without specific unit pricing or comparison to similar recent procurements for the TSA, a precise value-for-money assessment is challenging. However, the price appears to be within a plausible range for bulk nitrile gloves, especially considering potential expedited shipping or specialized requirements for screening operations.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, indicating that competition was not sought. This approach is typically used when only one responsible source is available or when an urgent and compelling need prevents full and open competition. The lack of competition means that the government did not benefit from a range of offers and potentially lower prices that could have resulted from a competitive bidding process.
Taxpayer Impact: Taxpayers may have paid a higher price than if the contract had been competed. The absence of competitive pressure limits the government's ability to secure the best possible pricing for these essential supplies.
Public Impact
The Transportation Security Administration (TSA) will benefit from the supply of nitrile gloves. These gloves will be used for screening operations at John Glenn International Airport (CMH). The geographic impact is localized to the airport in question. Workforce implications include ensuring screening personnel have necessary protective equipment.
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 plan for essential supply needs.
- Short delivery window could lead to premium pricing.
Positive Signals
- Procurement addresses an immediate operational need for protective equipment.
- Contract ensures continuity of screening operations.
- Award to LC Industries Inc. may support a specific business objective (e.g., employing individuals with disabilities, if applicable to this contractor).
Sector Analysis
The market for nitrile gloves is generally competitive, with numerous manufacturers and distributors. However, specific government procurements, especially those with urgent needs or for specialized applications, can sometimes be awarded on a sole-source basis. This contract fits within the broader category of medical and protective supplies procurement, a significant sector within federal spending, particularly post-pandemic.
Small Business Impact
Information regarding small business set-asides or subcontracting plans is not available for this contract. The award was not designated as a small business set-aside. Further investigation would be needed to determine if LC Industries Inc. is a small business or if any subcontracting opportunities for small businesses are included.
Oversight & Accountability
Oversight for this contract would 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 nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Department of Homeland Security - General Supplies
- Transportation Security Administration - Operational Equipment
- Federal Emergency Management Agency - Emergency Supplies
Risk Flags
- Sole-source award
- Limited competition
Tags
dhs, tsa, john-glenn-international-airport, nitrile-gloves, emergency-procurement, sole-source, protective-equipment, transportation-security, firm-fixed-price, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $47,700 to LC INDUSTRIES INC. 400 CASES OF GLOVES OF 5 MIL NITRILE GLOVES FOR SCREENING OPERATIONS TO TSA AT JOHN GLENN INTERNATIONAL AIRPORT (CMH)
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 $47,700.
What is the period of performance?
Start: 2025-12-30. End: 2026-01-20.
What is the track record of LC Industries Inc. in supplying similar goods to the federal government?
A review of federal procurement data indicates that LC Industries Inc. has received numerous contracts for various supplies, including gloves, over the years. Their history suggests experience in fulfilling government orders. However, the specifics of their performance on past contracts, including on-time delivery, quality compliance, and pricing competitiveness, would require a deeper dive into contract performance reports and payment histories. Without access to detailed performance metrics for this specific contractor across all their federal awards, it's difficult to provide a comprehensive assessment of their track record beyond their general presence in the federal marketplace.
How does the unit price of these nitrile gloves compare to market rates or other federal contracts?
The provided data does not include the unit price for the nitrile gloves, only the total contract value and quantity. To compare the unit price to market rates or other federal contracts, we would need to calculate the price per case or per glove. For example, if 400 cases cost $47,700, that's $119.25 per case. Benchmarking this against current market prices for bulk nitrile gloves and against similar federal contracts awarded around the same time would be necessary. Given the sole-source nature, it is plausible that the price may be higher than a competitively bid contract. A detailed market research report or analysis of GSA Schedule pricing for similar items would be required for a definitive comparison.
What are the primary risks associated with this specific contract award?
The primary risks associated with this contract are related to the sole-source award. Firstly, there is a risk of overpayment due to the lack of competitive bidding, meaning the government may not have secured the best possible price. Secondly, the limited competition could indicate potential issues with market availability or a failure in procurement planning if this was a foreseeable need. Thirdly, while the product itself (nitrile gloves) is standard, the specific requirements for screening operations might introduce minor risks if not clearly defined and met. The short duration (21 days) also presents a risk of delivery delays if the contractor faces unforeseen production or logistical challenges.
How effective is the Transportation Security Administration in managing its supply chain for essential screening equipment?
Assessing the overall effectiveness of the TSA's supply chain management for essential screening equipment based on this single contract is challenging. This award appears to be an emergency or urgent need fulfillment, which suggests that either existing stock was depleted, or an unforeseen requirement arose. Effective supply chain management typically involves robust forecasting, strategic sourcing, inventory management, and strong vendor relationships. The sole-source nature of this award might point to reactive rather than proactive supply chain strategies in this instance. A broader analysis of TSA's procurement history for screening supplies, including lead times, stock levels, and emergency procurement frequency, would be needed to evaluate their overall supply chain effectiveness.
What have been historical spending patterns for nitrile gloves or similar protective equipment by the Department of Homeland Security?
Historical spending patterns for nitrile gloves and similar protective equipment by the Department of Homeland Security (DHS) have likely seen significant fluctuations, particularly in recent years. Post-pandemic, there was a surge in demand and spending across federal agencies for personal protective equipment (PPE), including gloves. Analyzing historical data would reveal periods of high-volume, often competitively bid, procurements during peak demand, followed by more routine, potentially smaller, and sometimes sole-source awards for specific operational needs. Understanding these patterns would help contextualize the current award, determining if it represents a standard replenishment or an unusual spike in spending.
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: $47,700
Exercised Options: $47,700
Current Obligation: $47,700
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)