DHS's $41M radio and supplies contract awarded to Motorola Solutions, Inc. for wireless communications equipment
Contract Overview
Contract Amount: $41,058,877 ($41.1M)
Contractor: Motorola Solutions, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2020-09-02
End Date: 2022-03-01
Contract Duration: 545 days
Daily Burn Rate: $75.3K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 20-DV-RCB-APX RADIOS&SUPPLIES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20223
Plain-Language Summary
Department of Homeland Security obligated $41.1 million to MOTOROLA SOLUTIONS, INC. for work described as: 20-DV-RCB-APX RADIOS&SUPPLIES Key points: 1. The contract's value of approximately $41 million over its duration suggests a significant investment in critical communication infrastructure. 2. Awarded under full and open competition, this contract indicates a market where multiple vendors could potentially bid, fostering price discovery. 3. The fixed-price contract type offers cost certainty for the government, mitigating the risk of cost overruns. 4. The contract duration of 545 days (approximately 1.5 years) is relatively short, suggesting a need for ongoing procurement or a specific project timeline. 5. The primary contractor, Motorola Solutions, Inc., is a major player in the wireless communications sector, implying a degree of established capability. 6. The absence of small business set-aside flags suggests the contract was not specifically targeted to boost small business participation.
Value Assessment
Rating: good
The contract value of $41 million for radio and supplies appears reasonable given the nature of advanced communication equipment. Benchmarking against similar large-scale procurements for public safety or defense communications would provide a more precise value-for-money assessment. The firm fixed-price structure is a positive indicator for cost control. Without specific per-unit data or comparison to market rates for similar equipment, a definitive value assessment is challenging, but the competitive award process lends some confidence.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'full and open competition,' indicating that all responsible sources were permitted to submit bids. This suggests a healthy competitive environment for this type of equipment. The specific number of bidders is not provided, but the open competition mechanism generally leads to better price discovery and potentially lower costs for the government compared to sole-source or limited competition scenarios.
Taxpayer Impact: A full and open competition process is beneficial for taxpayers as it encourages multiple vendors to offer their best pricing and solutions, driving down costs and ensuring the government receives competitive rates for its essential communication needs.
Public Impact
The U.S. Secret Service benefits from enhanced radio and communication capabilities, crucial for its protective and investigative missions. This contract ensures the availability of essential wireless communication equipment, supporting the operational readiness of a key federal law enforcement agency. The geographic impact is likely nationwide, as the Secret Service operates across various locations to fulfill its duties. The contract supports the workforce within Motorola Solutions, Inc. and potentially its supply chain, contributing to employment in the telecommunications manufacturing sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics or delivery details makes it difficult to assess the effectiveness of the equipment procured.
- The contract does not specify if any portion was subcontracted to small businesses, potentially limiting opportunities for smaller firms.
- Without detailed pricing breakdowns, it's hard to ascertain if the $41 million represents the most cost-effective solution available.
- The contract's end date has passed, raising questions about the transition to new systems or ongoing support.
Positive Signals
- Awarded under full and open competition, suggesting a robust bidding process and competitive pricing.
- The firm fixed-price contract type provides cost certainty for the government.
- The contractor, Motorola Solutions, Inc., is a recognized leader in the industry, implying a high likelihood of reliable product delivery.
- The contract supports a critical agency (U.S. Secret Service) with essential communication tools.
Sector Analysis
This contract falls within the 'Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing' sector, a vital part of the broader telecommunications industry. This sector is characterized by rapid technological advancements and significant investment in research and development. Spending in this area supports national security, public safety, and critical infrastructure. Comparable spending benchmarks would involve analyzing other large government procurements for similar communication systems, such as those for emergency services, defense, or transportation networks.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). This means that the competition was open to all eligible vendors, including large corporations. While this ensures broad competition, it may limit direct opportunities for small businesses to secure prime contracts of this magnitude. However, it is possible that small businesses could be involved as subcontractors to Motorola Solutions, Inc., though this is not explicitly detailed in the provided data.
Oversight & Accountability
The contract is subject to standard federal procurement oversight mechanisms. As a delivery order under a larger contract vehicle, its execution would be monitored by the U.S. Secret Service contracting officers. Transparency is facilitated through public contract databases like FPDS. Inspector General oversight would apply if any issues of fraud, waste, or abuse arise during the contract's performance or close-out. The firm fixed-price nature inherently provides a level of accountability regarding cost.
Related Government Programs
- Department of Homeland Security - Other Contracts
- U.S. Secret Service - Equipment Procurement
- Wireless Communications Equipment Contracts
- Radio and Broadcasting Equipment Manufacturing
- Federal Law Enforcement Technology
Risk Flags
- Contract duration is relatively short, potentially indicating a need for follow-on procurements or a specific project timeline.
- Lack of detailed performance metrics makes it difficult to fully assess value and effectiveness.
- No explicit mention of small business subcontracting goals or achievements.
Tags
dhs, u.s.-secret-service, motorola-solutions-inc, radio-and-television-broadcasting-and-wireless-communications-equipment-manufacturing, firm-fixed-price, delivery-order, full-and-open-competition, wireless-communications-equipment, district-of-columbia, federal-law-enforcement, communications-equipment
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $41.1 million to MOTOROLA SOLUTIONS, INC.. 20-DV-RCB-APX RADIOS&SUPPLIES
Who is the contractor on this award?
The obligated recipient is MOTOROLA SOLUTIONS, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Secret Service).
What is the total obligated amount?
The obligated amount is $41.1 million.
What is the period of performance?
Start: 2020-09-02. End: 2022-03-01.
What is the specific type and quantity of radios and supplies procured under this contract?
The provided data identifies the contract as being for 'RADIOS&SUPPLIES' within the 'Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing' NAICS code. However, it does not specify the exact types, models, or quantities of radios and associated supplies. This level of detail is typically found in the contract's statement of work or delivery order documentation, which are not included here. Understanding the specific equipment is crucial for assessing its technological relevance, operational necessity, and value for money.
How does the $41 million contract value compare to historical spending by the U.S. Secret Service on similar communication equipment?
To compare the $41 million contract value, one would need to analyze historical spending data for the U.S. Secret Service (USSS) on radio and wireless communication equipment. This involves querying federal procurement databases for past contracts awarded to the USSS for similar goods and services, noting the contract values, durations, and the types of equipment procured. Without this historical context, it's difficult to determine if this award represents an increase, decrease, or stable level of spending for the agency in this category. A trend analysis over several fiscal years would provide a clearer picture of the agency's investment in communication technology.
What is Motorola Solutions, Inc.'s track record with the U.S. Secret Service and other federal agencies for similar procurements?
Motorola Solutions, Inc. is a major provider of communication solutions, and its track record with the U.S. Secret Service and other federal agencies can be assessed by reviewing past contract awards. Publicly available data indicates that Motorola Solutions has secured numerous contracts across various federal departments, including defense, homeland security, and law enforcement, for radios, communication systems, and related services. Analyzing the value, performance history, and any reported issues (e.g., contract disputes, performance failures) associated with these past contracts would provide insight into their reliability and capability in fulfilling government requirements.
What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract?
The provided summary data does not include specific Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. These details are typically outlined in the contract's Statement of Work (SOW) or Performance Work Statement (PWS). KPIs and SLAs are crucial for measuring the contractor's performance, ensuring the delivered equipment meets required standards (e.g., reliability, uptime, technical specifications), and determining if the government is receiving the expected value. Without them, assessing the effectiveness and quality of the procured goods and services is challenging.
Were there any significant risks identified during the procurement process for this contract, and how were they mitigated?
The provided data does not detail any specific risks identified during the procurement process or the mitigation strategies employed. Standard risks in such procurements could include technological obsolescence, supply chain disruptions, contractor performance issues, or cost overruns. Given the 'full and open competition' and 'firm fixed price' nature, the primary risk mitigation is built into the competitive bidding process and the fixed-price structure, which shifts cost risk to the contractor. However, a thorough risk assessment would typically be documented within the contract file.
What is the expected lifespan and technological relevance of the radio and supplies procured under this contract?
The provided data does not specify the expected lifespan or the technological generation of the radio and supplies procured. This information would typically be found in the technical specifications or Statement of Work within the contract documentation. The contract duration of 545 days (approximately 1.5 years) suggests the equipment might be intended for a specific project phase or that it represents a refresh cycle. Assessing technological relevance is critical, especially in the fast-evolving field of wireless communications, to ensure the investment remains effective and doesn't quickly become obsolete.
Industry Classification
NAICS: Manufacturing › Communications Equipment Manufacturing › Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
Product/Service Code: COMM/DETECT/COHERENT RADIATION
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70US0920R70090035
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 809 PINNACLE DR STE G, LINTHICUM HEIGHTS, MD, 21090
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $67,122,765
Exercised Options: $44,267,165
Current Obligation: $41,058,877
Actual Outlays: $242,353
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70B04C19D00000010
IDV Type: IDC
Timeline
Start Date: 2020-09-02
Current End Date: 2022-03-01
Potential End Date: 2022-03-01 00:00:00
Last Modified: 2021-08-25
More Contracts from Motorola Solutions, Inc.
- Base Year- At/Fp Ashore Elmr Sustainment — $95.8M (Department of Defense)
- 200403!000652!2100!w15p7t!usa Communications-Electronics !daab0701dh806 !A!N! !N!0155 ! !20031210!20110927!069373090!005527247!001325463!n!motorola, Inc !7031 Columbia Gateway Driv!columbia !md!21046!36650!003!24!hanover !anne Arundel !maryland !+000005697730!n!n!000000000000!5895!miscellaneous Communication Equipment !A7 !electronics and Communication Equip !000 !* !334290!E! !5!B!M! !A! !99990909!B! ! !A! !a!n!j!2!007!b! !Z!N!Z! ! !Y!C!N! ! ! !z!z!a!a!000!a!c!n! ! ! ! ! ! !0001! ! — $84.8M (Department of Defense)
- - Anti-Terrorism/Force Protection Ashore Enterprise Land Mobile Radio Sustainment Services AT Various Navy Installations Worldwide — $78.5M (Department of Defense)
- Cnic Elmr Sustainment Support — $64.3M (Department of Defense)
- - Land Mobile Radio Maintenance — $64.2M (Department of Justice)
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)