DOE awards $7.6M contract for fire alarm/sprinkler testing to Johnson Controls Fire Protection LP
Contract Overview
Contract Amount: $7,618 ($7.6K)
Contractor: Johnson Controls Fire Protection LP
Awarding Agency: Department of Energy
Start Date: 2026-03-24
End Date: 2027-03-31
Contract Duration: 372 days
Daily Burn Rate: $20/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FIRE ALARM/SPRINKLER TESTING FOR ALL REQUIRED LOCATIONS - NDMO
Place of Performance
Location: BOCA RATON, PALM BEACH County, FLORIDA, 33487
State: Florida Government Spending
Plain-Language Summary
Department of Energy obligated $7,617.85 to JOHNSON CONTROLS FIRE PROTECTION LP for work described as: FIRE ALARM/SPRINKLER TESTING FOR ALL REQUIRED LOCATIONS - NDMO Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract duration of 372 days indicates a need for ongoing, sustained services. 3. The fixed-price contract type aims to provide cost certainty for the government. 4. The award is a delivery order, implying it's part of a larger contract vehicle. 5. The North American Industry Classification System (NAICS) code 561621 points to security systems services. 6. The contract is for fire alarm and sprinkler testing across required locations.
Value Assessment
Rating: fair
Benchmarking the value of this specific delivery order is challenging without knowing the underlying contract vehicle and the scope of services included. However, the total award amount of $7.6 million for approximately one year of fire alarm and sprinkler testing across multiple locations suggests a significant operational requirement. Without comparative data on similar testing contracts or detailed service breakdowns, a precise value-for-money assessment is difficult. The firm fixed-price nature of the contract provides some cost predictability.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of two bids suggests a moderate level of competition for this specific delivery order. While two bidders participated, it is unclear if this represents the full extent of potential interest or if other qualified contractors chose not to bid. A higher number of bidders typically leads to more robust price discovery and potentially lower costs for the government.
Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it encourages multiple companies to vie for the contract, potentially driving down prices through competitive bidding.
Public Impact
The Department of Energy (DOE) is the primary beneficiary, ensuring the safety and operational integrity of its facilities. The contract ensures the testing and maintenance of critical fire alarm and sprinkler systems. Services will be delivered across all required DOE locations, likely within Florida given the state code. The contract supports jobs within the security systems services sector, specifically related to fire protection.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for increased costs if the scope of 'all required locations' is broader than anticipated.
- Dependence on a single contractor for critical safety system testing could pose a risk if performance issues arise.
Positive Signals
- Awarded through full and open competition, indicating a fair process.
- Firm fixed-price contract type helps manage cost uncertainty.
- Clear service requirement for essential safety systems.
Sector Analysis
The security systems services sector, particularly focusing on fire protection, is a critical component of facility management and safety compliance. This contract falls under the broader category of security and safety services, which includes installation, maintenance, and testing of alarm and suppression systems. The market for such services is driven by regulatory requirements, building codes, and the need for operational continuity across various industries, including government facilities. Comparable spending benchmarks would typically involve analyzing other government contracts for similar testing and maintenance services across different agencies and facility types.
Small Business Impact
The provided data indicates that small business participation (ss: false, sb: false) was not a specific set-aside requirement for this contract. Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a set-aside provision. The primary contractor, Johnson Controls Fire Protection LP, is likely a large business, and their engagement does not inherently guarantee subcontracting opportunities for small businesses unless specified within the contract's terms or through the contractor's own procurement practices.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Energy's contracting officers and program managers responsible for facility maintenance and safety. Accountability measures are embedded in the firm fixed-price contract terms, requiring the contractor to deliver specified services by the end date. Transparency is facilitated through contract award databases. The Inspector General for the Department of Energy would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.
Related Government Programs
- Federal Building Fire Safety Programs
- Department of Energy Facility Operations and Maintenance
- Security Systems Services Contracts
- Fire Protection Services
Risk Flags
- Ambiguity in geographic scope ('all required locations').
- Moderate competition level (2 bidders) may limit price discovery.
- Dependence on a single contractor for critical safety systems.
Tags
security-systems-services, fire-alarm-testing, sprinkler-testing, department-of-energy, johnson-controls-fire-protection-lp, firm-fixed-price, delivery-order, full-and-open-competition, florida, facility-maintenance, safety-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Energy awarded $7,617.85 to JOHNSON CONTROLS FIRE PROTECTION LP. FIRE ALARM/SPRINKLER TESTING FOR ALL REQUIRED LOCATIONS - NDMO
Who is the contractor on this award?
The obligated recipient is JOHNSON CONTROLS FIRE PROTECTION LP.
Which agency awarded this contract?
Awarding agency: Department of Energy (Department of Energy).
What is the total obligated amount?
The obligated amount is $7,617.85.
What is the period of performance?
Start: 2026-03-24. End: 2027-03-31.
What is the historical spending by the Department of Energy on fire alarm and sprinkler testing services over the past five years?
Analyzing historical spending by the Department of Energy (DOE) on fire alarm and sprinkler testing services requires access to detailed federal procurement data. While this specific contract is for approximately $7.6 million, understanding the broader trend involves aggregating data for similar services across all DOE components and facilities. Factors influencing historical spending include the number of facilities managed by DOE, the age and complexity of their fire safety systems, regulatory changes, and the contracting strategies employed (e.g., indefinite-delivery/indefinite-quantity contracts vs. individual task orders). Without specific historical data, it's difficult to determine if this $7.6 million award represents an increase, decrease, or stable level of investment in these critical safety services. A comprehensive review would involve searching federal procurement databases for NAICS codes related to security systems services and fire protection, filtered by the Department of Energy as the awarding agency.
How does the pricing of this contract compare to similar fire protection testing contracts awarded by other federal agencies?
Comparing the pricing of this $7.6 million contract for fire alarm and sprinkler testing to similar contracts awarded by other federal agencies requires a detailed analysis of contract scope, duration, geographic coverage, and specific services rendered. The provided data indicates a firm fixed-price contract with a duration of 372 days (approximately one year) and an award amount of $7.6 million. To benchmark effectively, one would need to identify contracts with comparable service requirements (e.g., testing, inspection, maintenance of fire alarm and sprinkler systems) from agencies like the General Services Administration (GSA), Department of Defense (DoD), or Department of Homeland Security (DHS). Key metrics for comparison would include cost per facility, cost per square foot tested, or cost per system serviced. Without access to such detailed comparative data, it is challenging to definitively state whether this contract's pricing is competitive or represents a fair market value. The level of competition (two bidders) also plays a role; higher competition often correlates with more favorable pricing.
What are the specific performance metrics and key performance indicators (KPIs) associated with this contract?
The provided data for this contract does not explicitly detail the specific performance metrics or Key Performance Indicators (KPIs) that Johnson Controls Fire Protection LP must meet. However, for a contract focused on fire alarm and sprinkler testing, typical performance expectations would likely include adherence to schedules for inspections and testing, compliance with relevant fire codes and standards (e.g., NFPA standards), timely reporting of test results, and prompt remediation of identified deficiencies. The firm fixed-price nature of the contract implies that the contractor is responsible for delivering the full scope of services to a satisfactory standard. Performance would likely be monitored by the Department of Energy's contracting officer's representative (COR), who would ensure that all required locations are serviced and that the systems are maintained in operational readiness. Failure to meet critical performance standards could result in contractual remedies.
What is the track record of Johnson Controls Fire Protection LP in performing similar government contracts?
Johnson Controls Fire Protection LP is a known entity in the fire protection industry. To assess their track record specifically with government contracts, a review of their past performance on federal awards would be necessary. This would involve searching federal procurement databases (like SAM.gov or FPDS) for previous contracts awarded to this entity for similar services (fire alarm and sprinkler testing, maintenance, inspection). Key aspects to evaluate would include contract values, durations, agencies served, and any reported performance history, including past performance evaluations, contract modifications, disputes, or terminations. A positive track record with timely delivery, quality service, and adherence to contractual terms would indicate a lower performance risk for this current Department of Energy contract. Conversely, a history of issues could raise concerns about the contractor's reliability.
What is the potential risk associated with the geographic scope ('all required locations') and its impact on service delivery?
The phrase 'all required locations' for fire alarm and sprinkler testing introduces a degree of ambiguity regarding the precise geographic scope and the number of facilities covered under this $7.6 million contract. If 'all required locations' encompasses numerous, geographically dispersed sites within Florida (as suggested by 'st': 'FL', 'sn': 'FLORIDA'), it could pose logistical challenges and potentially increase travel time and costs for the contractor. This could indirectly impact the government if not adequately factored into the pricing. Conversely, if the locations are concentrated, the risk is lower. The Department of Energy's contracting officer and COR would be responsible for clearly defining these locations and ensuring the contractor has the capacity to service them effectively and efficiently. The risk lies in potential underestimation of logistical complexities or an incomplete understanding of the full extent of required service points, which could lead to performance issues or cost overruns if not managed properly.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Security Systems Services (except Locksmiths)
Product/Service Code: QUALITY CONTROL, TEST, INSPECTION › EQUIPMENT AND MATERIALS TESTING
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Johnson Controls Inc
Address: 6600 CONGRESS AVE, BOCA RATON, FL, 33487
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $7,618
Exercised Options: $7,618
Current Obligation: $7,618
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS06F0054N
IDV Type: FSS
Timeline
Start Date: 2026-03-24
Current End Date: 2027-03-31
Potential End Date: 2031-03-31 00:00:00
Last Modified: 2026-04-06
More Contracts from Johnson Controls Fire Protection LP
- Fire Alarm System and Components — $285.0K (Department of Veterans Affairs)
- Simplex 4100ES 4100U Panel Upgrades — $93.2K (Department of Transportation)
- Contractor to Provide Electronic Fire Detection System Inspection, Maintenance and Emergency Repairs. FY-2026 — $84.9K (Department of Justice)
- Facilities Support Services — $49.0K (Department of Justice)
- FCI Fairton: Annual Fire Detection/Sprinkler Service FY2026, 10/01/2025- 09/30/2026. Large Business — $38.8K (Department of Justice)
View all Johnson Controls Fire Protection LP federal contracts →
Other Department of Energy Contracts
- Federal Contract — $48.1B (Lockheed Martin Corp)
- ,Ct::igf Contract Award De-Na0003525 to the National Technology&engineering Solutions of Sandia, LLC (ntess) for the Management and Operation of the Department of Energy, National Nuclear Security Administration's Sandia National Laboratories (SNL) — $41.7B (National Technology & Engineering Solutions of Sandia, LLC)
- Management and Operation of the OAK Ridge National Laboratory — $40.8B (Ut-Battelle LLC)
- TAS::89 0240::TAS This Performance-Based Management Contract (pbmc) IS for the Management and Operation of the Lawrence Livermore National Laboratory (llnl). the Contractor Shall, in Accordance With the Provisions of This Contract, Accomplish the Missions and Programs Assigned by the U.S. Department of Energy (DOE) and Manage and Operate the Laboratory. the Laboratory IS ONE of Does Office of Defense Program Multi-Program Laboratories. the Laboratory IS a Federally Funded Research and Development Institution (established in Accordance With the Federal Acquisition Regulation (FAR) Part 35 and Operated Under This Management and Operating (M&O) Contract, AS Defined in FAR 17.6 and Dear 917.6 — $40.8B (Lawrence Livermore National Security, LLC)
- M&O of Lanl BR of U of CA — $35.3B (Regents of the University of California, the)