DHS awarded $18.5M for security guard services, with a 6-bid competition

Contract Overview

Contract Amount: $18,466,044 ($18.5M)

Contractor: Knight Protective Service, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2006-09-01

End Date: 2008-03-31

Contract Duration: 577 days

Daily Burn Rate: $32.0K/day

Competition Type: COMPETITIVE DELIVERY ORDER

Number of Offers Received: 6

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: SECURITY GUARD SERVICE

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20002

State: District of Columbia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $18.5 million to KNIGHT PROTECTIVE SERVICE, INC. for work described as: SECURITY GUARD SERVICE Key points: 1. The contract was awarded on a firm-fixed-price basis, indicating predictable costs for the government. 2. The delivery order was competed among 6 bidders, suggesting a healthy level of market interest. 3. The contract duration of approximately 1.9 years (577 days) is relatively short-term. 4. The services are for security guards and patrol, a critical function for agency operations. 5. The contract was awarded to a single vendor, Knight Protective Service, Inc. 6. The contract was not set aside for small businesses.

Value Assessment

Rating: fair

Benchmarking the value for this specific contract is challenging without detailed service level agreements and performance metrics. However, the firm-fixed-price structure provides cost certainty. The total award amount of $18.5 million over roughly 1.9 years suggests an average annual spend of approximately $9.7 million. Without comparable contract data for similar security guard services in the District of Columbia, a precise value-for-money assessment is difficult. The number of bidders (6) in a competitive delivery order suggests that pricing was likely influenced by market forces.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded as a competitive delivery order, indicating that it was competed under a broader indefinite-delivery indefinite-quantity (IDIQ) contract or similar vehicle. The presence of 6 bidders suggests a reasonable level of competition for this requirement. A higher number of bidders generally leads to more competitive pricing and a wider range of solutions. The fact that it was competed indicates that multiple vendors had the opportunity to bid.

Taxpayer Impact: A competitive award process helps ensure that taxpayer dollars are used efficiently by driving down prices through market forces. The 6 bids received suggest that the government likely received competitive pricing for these essential security services.

Public Impact

The primary beneficiaries are U.S. Immigration and Customs Enforcement (ICE) personnel and facilities, who receive enhanced security. The services delivered include security guards and patrol, ensuring the safety and security of government property and personnel. The geographic impact is concentrated in the District of Columbia (DC), where the services are performed. The contract supports jobs in the security services industry, likely benefiting security guards and supervisory staff.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The security guard services sector is a significant component of the broader facilities management and security industry. Federal spending in this area is substantial, driven by the need to protect government assets, personnel, and sensitive information. This contract for security guards and patrol services falls under the North American Industry Classification System (NAICS) code 561612. Comparable spending benchmarks would typically involve analyzing other federal contracts for similar security services, considering factors like geographic location, service intensity, and contract duration.

Small Business Impact

This contract was not awarded as a small business set-aside, nor does it appear to have specific small business subcontracting requirements based on the provided data. The award went to Knight Protective Service, Inc., which is not identified as a small business in this context. This means that opportunities for small businesses to directly participate in this specific contract were limited, although they might compete for future similar contracts or provide services to the prime contractor.

Oversight & Accountability

Oversight for this contract would typically be managed by the U.S. Immigration and Customs Enforcement (ICE) contracting officer's representative (COR) and the contracting officer. Performance monitoring, invoice review, and adherence to contract terms are standard oversight mechanisms. Transparency is generally provided through contract award databases like FPDS-NG. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

security-guard-services, department-of-homeland-security, u-s-immigration-and-customs-enforcement, competitive-delivery-order, firm-fixed-price, district-of-columbia, medium-value, non-small-business-award, security-services, federal-contracting

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $18.5 million to KNIGHT PROTECTIVE SERVICE, INC.. SECURITY GUARD SERVICE

Who is the contractor on this award?

The obligated recipient is KNIGHT PROTECTIVE SERVICE, INC..

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Immigration and Customs Enforcement).

What is the total obligated amount?

The obligated amount is $18.5 million.

What is the period of performance?

Start: 2006-09-01. End: 2008-03-31.

What is the historical spending trend for security guard services by U.S. Immigration and Customs Enforcement (ICE) over the last five fiscal years?

Analyzing historical spending trends for security guard services by ICE requires accessing detailed federal procurement data over multiple fiscal years. While this specific contract (award ID ending in 32004) was active from September 2006 to March 2008, ICE's overall spending on security services likely fluctuates based on operational needs, budget allocations, and the number of facilities requiring protection. To provide a precise trend, one would need to query databases like FPDS-NG or USASpending.gov for all contracts categorized under relevant NAICS codes (e.g., 561612) awarded by ICE across fiscal years 2019-2023. This analysis would reveal if spending has increased, decreased, or remained stable, potentially indicating shifts in security requirements or contracting strategies.

How does the per-hour cost of security guards under this contract compare to industry benchmarks for the Washington D.C. metropolitan area?

Determining the precise per-hour cost requires knowing the number of hours worked and the total contract value allocated to labor. This contract, valued at $18.5 million over approximately 577 days (about 1.9 years), implies an average annual spend of roughly $9.7 million. If we assume a standard 40-hour work week for a significant number of guards, the hourly rate can be estimated. However, without knowing the exact number of guards, their shifts, and the total labor hours, a direct comparison is difficult. Industry benchmarks for unarmed security guards in the D.C. area can range widely, from $25-$50+ per hour depending on the level of service, licensing, and experience required. A detailed analysis would involve calculating the effective hourly rate from the contract data and comparing it against published industry reports or data from similar government contracts.

What specific security risks were identified during the solicitation process that led to this contract award?

The provided data does not include details about the specific security risks identified during the solicitation process for this contract. Typically, such information would be found within the original solicitation documents (e.g., Request for Proposal - RFP) or related acquisition planning records. These documents often outline the government's perceived risks related to contractor performance, security clearances, operational continuity, and potential threats to government assets or personnel. The evaluation criteria within the RFP would also reflect how the agency intended to mitigate these risks through vendor selection. Without access to these specific procurement artifacts, it's impossible to detail the risks considered.

What is the track record of Knight Protective Service, Inc. in fulfilling federal contracts, particularly for security guard services?

Knight Protective Service, Inc. has a history of receiving federal contracts, including for security guard services. Publicly available data indicates they have been awarded numerous contracts across various federal agencies. To assess their track record thoroughly, one would need to examine past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), any past disputes or contract terminations, and the overall value and duration of their previous federal awards. A review of their contract history would reveal their experience level, reliability, and success in meeting government requirements. This specific contract with DHS was awarded in 2006, suggesting they have been a participant in federal contracting for a considerable period.

How does the number of bidders (6) on this delivery order compare to the average number of bidders for similar DHS security contracts?

The average number of bidders for similar Department of Homeland Security (DHS) security contracts can vary significantly based on the specific service, geographic location, and the type of contract vehicle used (e.g., IDIQ, GSA Schedule). A competition yielding 6 bidders for a delivery order is generally considered healthy, indicating sufficient market interest. However, to provide a precise comparison, one would need to analyze a broader dataset of DHS security guard contracts awarded over a similar period or under the same overarching contract vehicle. Some highly specialized or niche security requirements might see fewer bidders, while more common services could attract a larger pool. Without that comparative data, stating definitively if 6 is 'average' is difficult, but it suggests a reasonable level of competition.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesInvestigation and Security ServicesSecurity Guards and Patrol Services

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: COMPETITIVE DELIVERY ORDER

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Offers Received: 6

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 6411 IVY LN STE 320, GREENBELT, MD, 20770

Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Not Designated a Small Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $21,977,455

Exercised Options: $18,466,044

Current Obligation: $18,466,044

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Parent Contract

Parent Award PIID: GS07F0266K

IDV Type: FSS

Timeline

Start Date: 2006-09-01

Current End Date: 2008-03-31

Potential End Date: 2008-03-31 00:00:00

Last Modified: 2017-07-29

More Contracts from Knight Protective Service, Inc.

View all Knight Protective Service, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending