DHS awarded $15.2M for 40 CT-80 systems to Reveal Imaging Technologies, Inc

Contract Overview

Contract Amount: $15,242,778 ($15.2M)

Contractor: Reveal Imaging Technologies, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2008-05-20

End Date: 2008-10-31

Contract Duration: 164 days

Daily Burn Rate: $92.9K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: COMBINATION (TWO OR MORE)

Sector: Other

Official Description: REVEAL IMAING TECHNOLOGY HSTS04-05-D-DEP029 PURCHASE OF 40 CT-80 SYSTEMS

Place of Performance

Location: AGUADILLA, AGUADILLA County, PUERTO RICO, 00604

Plain-Language Summary

Department of Homeland Security obligated $15.2 million to REVEAL IMAGING TECHNOLOGIES, INC. for work described as: REVEAL IMAING TECHNOLOGY HSTS04-05-D-DEP029 PURCHASE OF 40 CT-80 SYSTEMS Key points: 1. The contract value of $15.2 million for 40 systems suggests a per-unit cost of approximately $381,000. 2. Awarded under full and open competition, this contract indicates a potentially competitive bidding process. 3. The short performance period of approximately 5 months may suggest an urgent need or a specific project timeline. 4. The contract was awarded to a single vendor, Reveal Imaging Technologies, Inc. 5. The North American Industry Classification System (NAICS) code 339999 covers 'All Other Miscellaneous Manufacturing', indicating a broad category for the procured goods. 6. The contract was awarded by the Department of Homeland Security (DHS) to the Transportation Security Administration (TSA). 7. The contract was awarded in May 2008, with an end date in October 2008.

Value Assessment

Rating: fair

The contract value of $15.2 million for 40 CT-80 systems equates to roughly $381,000 per system. Without specific details on the CT-80 system's capabilities and market comparables, it is difficult to definitively assess value for money. However, given the specialized nature of imaging technology for security purposes, this price point may be within a reasonable range for advanced systems. Further benchmarking against similar security screening equipment would be necessary for a more precise evaluation.

Cost Per Unit: $381,000 per system (estimated)

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'full and open competition,' suggesting that all responsible sources were permitted to submit a bid. The data indicates one award was made, but does not specify the number of bids received. A full and open competition generally promotes price discovery and allows the government to select the best value offer. The specific number of bidders would provide further insight into the level of competition.

Taxpayer Impact: A full and open competition aims to ensure that taxpayer funds are used efficiently by fostering a competitive environment that drives down prices and encourages innovation.

Public Impact

The primary beneficiaries of this contract are likely the Department of Homeland Security and the Transportation Security Administration, who will receive the 40 CT-80 systems. The CT-80 systems are expected to enhance security screening capabilities, likely at airports or other transportation hubs. The geographic impact is primarily within the United States, specifically where the TSA operates screening checkpoints. The contract may have implications for the manufacturing workforce involved in producing these specialized imaging systems.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader 'Miscellaneous Manufacturing' sector, specifically related to specialized equipment. The market for advanced security screening technology is often characterized by high barriers to entry due to research and development costs and stringent performance requirements. Comparable spending benchmarks would involve analyzing procurements of similar imaging or threat detection systems by government agencies or large private security firms. The total market for security screening equipment is substantial, driven by global security concerns.

Small Business Impact

The provided data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). Therefore, the primary focus was likely on obtaining the best value from any qualified vendor. There is no explicit information regarding subcontracting plans with small businesses. The impact on the small business ecosystem would depend on whether Reveal Imaging Technologies, Inc. utilized small business subcontractors, which is not detailed here.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Homeland Security's internal review processes and potentially the Government Accountability Office (GAO) if protests or audits were initiated. Transparency is generally facilitated through contract databases like FPDS-NG (where this data originates). Specific accountability measures would be detailed in the contract clauses themselves, including performance standards and remedies for non-compliance. Inspector General jurisdiction would apply if any fraud, waste, or abuse was suspected.

Related Government Programs

Risk Flags

Tags

dhs, tsa, imaging-technology, security-screening, full-and-open-competition, manufacturing, department-of-homeland-security, transportation-security-administration, puerto-rico, 2008, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $15.2 million to REVEAL IMAGING TECHNOLOGIES, INC.. REVEAL IMAING TECHNOLOGY HSTS04-05-D-DEP029 PURCHASE OF 40 CT-80 SYSTEMS

Who is the contractor on this award?

The obligated recipient is REVEAL IMAGING TECHNOLOGIES, 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 $15.2 million.

What is the period of performance?

Start: 2008-05-20. End: 2008-10-31.

What are the specific capabilities and intended use of the CT-80 systems procured under this contract?

The provided data does not specify the exact capabilities or intended use of the CT-80 systems beyond their general classification under 'All Other Miscellaneous Manufacturing' and their procurement by the Transportation Security Administration (TSA). However, given the TSA's mission, these systems are likely advanced imaging or screening devices designed to detect threats, contraband, or other security-relevant items at transportation checkpoints. Such systems could include technologies like millimeter wave scanners, backscatter X-ray, or other non-intrusive inspection equipment used for passenger or cargo screening. The 'CT-80' designation suggests a specific model or product line from Reveal Imaging Technologies, Inc.

How does the per-unit cost of approximately $381,000 compare to similar security screening technologies available at the time of award (2008)?

Benchmarking the per-unit cost of $381,000 for the CT-80 systems against similar technologies in 2008 requires specific market data from that period. Advanced security screening equipment, such as full-body scanners or sophisticated cargo inspection systems, often carried significant price tags due to complex technology, research and development investments, and stringent performance requirements. For context, early deployments of advanced passenger screening systems by the TSA around that timeframe could range from tens of thousands to hundreds of thousands of dollars per unit, depending on the technology's sophistication and throughput capabilities. Without detailed specifications of the CT-80 and direct comparisons to competing systems from 2008, a precise value assessment is challenging, but the price appears consistent with specialized, high-tech security equipment.

What was the track record of Reveal Imaging Technologies, Inc. prior to this 2008 contract award?

Information regarding Reveal Imaging Technologies, Inc.'s specific track record prior to the 2008 award of HSTS04-05-D-DEP029 is not detailed in the provided data snippet. To assess their track record, one would typically examine their contract history with government agencies, including past performance on similar procurements, any documented issues or successes, and their overall financial stability and experience in the relevant technology sector. A review of federal procurement databases and industry reports from before 2008 would be necessary to understand their prior performance and reputation as a supplier of imaging technology.

What were the primary risks associated with this contract, and how were they mitigated?

Potential risks associated with this contract could include technological obsolescence, performance failures of the CT-80 systems, integration challenges with existing TSA infrastructure, and schedule delays given the short performance period (approx. 5 months). Mitigation strategies would typically be embedded within the contract terms, such as performance specifications, acceptance testing protocols, warranty clauses, and liquidated damages for late delivery. The government's mitigation also includes the competitive bidding process itself, aiming to select a vendor with a proven ability to deliver reliable technology. However, without the full contract document, specific risk mitigation clauses are unknown.

How has DHS/TSA spending on similar imaging or security screening technologies evolved since this 2008 contract?

Federal spending on security screening technologies, particularly by DHS and TSA, has likely evolved significantly since 2008. Advancements in technology, changes in threat landscapes, and evolving security mandates have driven continuous investment. Post-2008, there has been a push towards more automated, faster, and less intrusive screening methods. Spending patterns would reflect the adoption of newer generations of millimeter wave scanners, trace detection equipment, and advanced data analytics for threat assessment. Analyzing subsequent DHS/TSA budget allocations and contract awards for screening equipment would reveal trends in technology adoption, unit costs, and overall investment levels in this critical security domain.

Industry Classification

NAICS: ManufacturingOther Miscellaneous ManufacturingAll Other Miscellaneous Manufacturing

Product/Service Code: QUALITY CONTROL, TEST, INSPECTIONQUALITY CONTROL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Offers Received: 1

Pricing Type: COMBINATION (TWO OR MORE) (2)

Evaluated Preference: NONE

Contractor Details

Parent Company: Leidos Holdings, Inc. (UEI: 611641312)

Address: 201 BURLINGTON RD, BEDFORD, MA, 06

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $15,242,778

Exercised Options: $15,242,778

Current Obligation: $15,242,778

Parent Contract

Parent Award PIID: HSTS0405DDEP029

IDV Type: IDC

Timeline

Start Date: 2008-05-20

Current End Date: 2008-10-31

Potential End Date: 2008-10-31 00:00:00

Last Modified: 2013-01-28

More Contracts from Reveal Imaging Technologies, Inc.

View all Reveal Imaging Technologies, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending