DHS awards $51.6M for 43 Explosive Detection Systems to Smiths Detection, Inc
Contract Overview
Contract Amount: $51,600,000 ($51.6M)
Contractor: Smiths Detection, Inc
Awarding Agency: Department of Homeland Security
Start Date: 2005-05-30
End Date: 2010-03-10
Contract Duration: 1,745 days
Daily Burn Rate: $29.6K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 43 HIGH-SPEED INTEGRATED EXPLOSIVE DETECTION SYSTEMS (EDS)
Place of Performance
Location: NEWARK, ALAMEDA County, CALIFORNIA, 94560
Plain-Language Summary
Department of Homeland Security obligated $51.6 million to SMITHS DETECTION, INC for work described as: 43 HIGH-SPEED INTEGRATED EXPLOSIVE DETECTION SYSTEMS (EDS) Key points: 1. High cost per unit for specialized detection equipment. 2. Sole-source award limits competitive pricing and innovation. 3. Long contract duration may not reflect evolving threats. 4. Focus on a single vendor raises potential supply chain risks.
Value Assessment
Rating: questionable
The contract price of $51.6 million for 43 systems averages over $1.2 million per unit. Benchmarking against similar advanced detection systems is difficult without more specific technical details, but this appears to be a high price point.
Cost Per Unit: $1,200,000
Competition Analysis
Competition Level: sole-source
The contract was awarded on a sole-source basis, indicating a lack of competition. This method bypasses competitive bidding, potentially leading to higher prices and reduced incentive for cost efficiency.
Taxpayer Impact: The absence of competition likely resulted in taxpayers paying a premium for these systems.
Public Impact
Enhances security at transportation hubs by detecting explosives. Relies on a single vendor for critical security technology. Potential for outdated technology if upgrades are not managed effectively.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award
- High unit cost
- Long contract duration
- Lack of competition
Positive Signals
- Addresses critical security need
- Established vendor
Sector Analysis
This contract falls under the 'Other' sector, specifically related to security and defense equipment. Spending benchmarks for specialized detection systems vary widely based on technology and quantity, but the per-unit cost here is notable.
Small Business Impact
The contract was awarded to a large, established company, Smiths Detection, Inc. There is no indication of small business participation in this sole-source award.
Oversight & Accountability
The sole-source nature of this award warrants scrutiny to ensure the government obtained the best possible value and that the vendor's pricing was justified. Oversight should focus on performance and any potential for future competition.
Related Government Programs
- Architectural Services
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Sole-source award limits competition and potentially inflates cost.
- High per-unit cost requires strong justification.
- Technology may become outdated over the contract's lifespan.
- Dependency on a single vendor for critical security equipment.
- Lack of transparency in the procurement process due to sole-sourcing.
Tags
architectural-services, department-of-homeland-security, ca, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $51.6 million to SMITHS DETECTION, INC. 43 HIGH-SPEED INTEGRATED EXPLOSIVE DETECTION SYSTEMS (EDS)
Who is the contractor on this award?
The obligated recipient is SMITHS DETECTION, 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 $51.6 million.
What is the period of performance?
Start: 2005-05-30. End: 2010-03-10.
What was the justification for the sole-source award, and were alternative solutions considered?
The justification for a sole-source award typically involves unique capabilities, proprietary technology, or urgent needs that only one vendor can meet. Without specific documentation, it's difficult to ascertain the exact reasoning. However, the TSA should have thoroughly explored if any other vendors could provide comparable systems or if a competitive process was feasible, even with unique requirements.
How does the performance of these systems compare to industry standards and newer technologies?
The contract duration spans from 2005 to 2010, meaning the technology procured may be several years old by the end of its term. Regular performance reviews and comparisons against emerging technologies are crucial to ensure the systems remain effective against current threats and that the government isn't locked into using outdated equipment.
What is the long-term cost implication of relying on a single vendor for maintenance and upgrades?
Sole-source contracts can lead to higher long-term costs for maintenance, support, and upgrades, as the vendor faces no competitive pressure. The TSA should have contingency plans or negotiate favorable terms for future support to mitigate these potential cost escalations and ensure continued operational effectiveness.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Architectural Services
Product/Service Code: ALARM, SIGNAL, SECURITY DETECTION
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Safran Power USA LLC (UEI: 275374015)
Address: 7151 GATEWAY BLVD, NEWARK, CA, 17
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Federally Funded Research and Development Corp, Manufacturer of Goods, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $641,470,000
Exercised Options: $253,112,933
Current Obligation: $51,600,000
Parent Contract
Parent Award PIID: DTSA2003C01900
IDV Type: IDC
Timeline
Start Date: 2005-05-30
Current End Date: 2010-03-10
Potential End Date: 2010-03-10 00:00:00
Last Modified: 2012-10-10
More Contracts from Smiths Detection, Inc
- Jcad Lrip — $324.2M (Department of Defense)
- Production Year 6 — $211.1M (Department of Defense)
- GE Homeland Protection, Inc. Hsts04-05-D-Dep008 Modification: Hsts0408jct3026 Preventative and Correctvie Maintenance for GE CTX Deployed Units. Specifically, CTX 2500, CTX 5500, CTX 9000, and CTX 9400 — $182.1M (Department of Homeland Security)
- Delivery Order 70t04019f5cap1065 (DO3) IS Issued for the Purchase of Medium Speed Explosive Detection Systems (mseds), Ancillary Equipment and Installation to Support Airport Projects Nationwide — $103.8M (Department of Homeland Security)
- Purchase and Installation of Medium Speed Explosive Detection Systems — $98.7M (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)