DHS Coast Guard Awards $20.3M for Navigation Systems to Integrated Coast Guard Systems LLC
Contract Overview
Contract Amount: $16,904,237 ($16.9M)
Contractor: Integrated Coast Guard Systems LLC
Awarding Agency: Department of Homeland Security
Start Date: 2004-07-21
End Date: 2006-10-31
Contract Duration: 832 days
Daily Burn Rate: $20.3K/day
Competition Type: NOT COMPETED
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: EPA ADJUSTMENT INDICES
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20003
Plain-Language Summary
Department of Homeland Security obligated $16.9 million to INTEGRATED COAST GUARD SYSTEMS LLC for work described as: EPA ADJUSTMENT INDICES Key points: 1. The contract awarded to Integrated Coast Guard Systems LLC is for navigation system instruments. 2. This award represents a significant portion of the total contract value for these systems. 3. The lack of competition raises concerns about potential overpricing and limited innovation. 4. The sector is IT and Defense, specifically focusing on navigation and guidance systems.
Value Assessment
Rating: questionable
The award value of $20.3 million for 2 delivery orders over 832 days needs further scrutiny. Without competitive bids, it's difficult to assess if this price is fair market value compared to similar navigation system contracts.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
The contract was not competed, indicating a sole-source or limited competition award. This significantly impacts price discovery, as there was no market pressure to drive down costs or encourage innovative solutions.
Taxpayer Impact: The lack of competition may lead to taxpayers paying a premium for these navigation systems, as the government did not explore potentially more cost-effective options.
Public Impact
Taxpayers may be overpaying for essential navigation equipment due to the absence of competitive bidding. The Coast Guard's operational effectiveness could be impacted if the chosen systems are not the most advanced or cost-efficient available. This award highlights a potential gap in the market for competitive navigation system solutions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of Competition
- Potential for Overpricing
- Limited Innovation
Positive Signals
- Essential Service Provided
- Established Vendor Relationship
Sector Analysis
This contract falls within the IT and Defense sectors, specifically focusing on the manufacturing of navigation and guidance systems. Spending benchmarks in this niche area are difficult to ascertain without competitive data, but typically involve high R&D costs and specialized components.
Small Business Impact
The data does not indicate any specific provisions or considerations for small businesses in this award. The sole-source nature of the contract likely precluded small business participation.
Oversight & Accountability
The 'NOT COMPETED' status suggests a potential lapse in oversight regarding competitive sourcing strategies. Further review is needed to understand why this contract was not opened to a broader range of vendors.
Related Government Programs
- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Department of Homeland Security Contracting
- U.S. Coast Guard Programs
Risk Flags
- Lack of competitive bidding
- Potential for inflated pricing
- Limited technological innovation
- Questionable value for taxpayer money
- Insufficient justification for sole-source award
Tags
search-detection-navigation-guidance-aer, department-of-homeland-security, dc, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $16.9 million to INTEGRATED COAST GUARD SYSTEMS LLC. EPA ADJUSTMENT INDICES
Who is the contractor on this award?
The obligated recipient is INTEGRATED COAST GUARD SYSTEMS LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Coast Guard).
What is the total obligated amount?
The obligated amount is $16.9 million.
What is the period of performance?
Start: 2004-07-21. End: 2006-10-31.
What was the justification for awarding this contract on a sole-source basis, and were alternative competitive strategies considered?
The justification for a sole-source award is critical for understanding the procurement process. Agencies typically require detailed documentation outlining why full and open competition is not feasible, such as the existence of a unique capability or a critical need that only one vendor can fulfill. Without this information, it's impossible to assess if taxpayer funds were used efficiently or if alternative, potentially more cost-effective, solutions were overlooked.
How does the pricing of this contract compare to industry benchmarks for similar navigation systems, given the lack of competition?
Assessing the value for money is challenging without competitive bids. The absence of competition means there's no market-driven price discovery. To evaluate fairness, a thorough analysis would involve benchmarking against commercially available systems with similar specifications, historical pricing for comparable government contracts, and potentially seeking independent cost estimates to identify any significant deviations that might indicate overpricing.
What is the long-term impact on the Coast Guard's technological advancement and cost-efficiency by relying on a sole-source provider for navigation systems?
Sole-source contracts can stifle innovation and lead to higher long-term costs. By not engaging in competitive processes, the Coast Guard may miss out on advancements from other companies and could be locked into potentially outdated or more expensive technology. This reliance can also reduce leverage in future negotiations, potentially increasing the overall financial burden on the agency and taxpayers over time.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Product/Service Code: COMM/DETECT/COHERENT RADIATION
Competition & Pricing
Extent Competed: NOT COMPETED
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Contractor Details
Address: 300 M ST SE STE 685, WASHINGTON, DC, 20003
Business Categories: Category Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $16,904,237
Exercised Options: $16,904,237
Current Obligation: $16,904,237
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: DTCG2302C2DW001
IDV Type: IDC
Timeline
Start Date: 2004-07-21
Current End Date: 2006-10-31
Potential End Date: 2006-10-31 00:00:00
Last Modified: 2025-06-02
More Contracts from Integrated Coast Guard Systems LLC
- Production & Deployment of Icgs National Security Cutter #1 — $512.0M (Department of Homeland Security)
- NSC 3 Production and Deployment Associated Clin: 0030CD — $397.5M (Department of Homeland Security)
- Production & Deployment of National Security Cutter — $367.7M (Department of Homeland Security)
- HH-65 Helicopter Re-Engine Project — $273.0M (Department of Homeland Security)
- HH-65 Engine Replacement — $259.1M (Department of Homeland Security)
View all Integrated Coast Guard Systems LLC federal contracts →
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)