DHS awards $47.5M for explosive detection systems to Reveal Imaging Technologies under full and open competition
Contract Overview
Contract Amount: $47,486,335 ($47.5M)
Contractor: Reveal Imaging Technologies, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2009-05-05
End Date: 2011-03-25
Contract Duration: 689 days
Daily Burn Rate: $68.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TAS::70 0556::TAS RECOVERY--PURCHASE OF REDUCED SIZE EXPLOSIVE DETECTION SYSTEM UNITS AND ANCILLARY EQUIPMENT ARRA::YES::ARRA
Place of Performance
Location: BEDFORD, MIDDLESEX County, MASSACHUSETTS, 01730
Plain-Language Summary
Department of Homeland Security obligated $47.5 million to REVEAL IMAGING TECHNOLOGIES, INC. for work described as: TAS::70 0556::TAS RECOVERY--PURCHASE OF REDUCED SIZE EXPLOSIVE DETECTION SYSTEM UNITS AND ANCILLARY EQUIPMENT ARRA::YES::ARRA Key points: 1. The contract value of $47.5 million is significant for specialized detection equipment. 2. Reveal Imaging Technologies is a key player in this niche market. 3. Potential risks include technology obsolescence and integration challenges. 4. The sector is critical for national security and public safety.
Value Assessment
Rating: good
The contract's fixed-price structure suggests a degree of pricing certainty. Benchmarking against similar procurements for advanced detection systems would provide further insight into value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The use of full and open competition indicates a robust price discovery process. This method generally leads to more competitive pricing by allowing all eligible vendors to bid.
Taxpayer Impact: The competitive nature of the award is expected to yield fair market value, maximizing taxpayer benefit for essential security equipment.
Public Impact
Enhances airport and transportation security by providing advanced explosive detection capabilities. Supports the Department of Homeland Security's mission to prevent terrorism. Procurement of specialized equipment can lead to job creation in the manufacturing sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for technology to become outdated.
- Dependence on a single supplier for specialized components.
Positive Signals
- Awarded under full and open competition.
- Utilizes a firm fixed-price contract type.
Sector Analysis
This procurement falls within the advanced manufacturing and security technology sector. Spending benchmarks for similar homeland security equipment can vary widely based on technological sophistication and quantity.
Small Business Impact
The data indicates this contract was not awarded to small businesses, suggesting larger, specialized firms dominate this particular market segment.
Oversight & Accountability
The contract duration and value warrant ongoing oversight to ensure timely delivery and performance, particularly given its security implications.
Related Government Programs
- All Other Miscellaneous Manufacturing
- Department of Homeland Security Contracting
- Transportation Security Administration Programs
Risk Flags
- Technology obsolescence risk.
- Potential for integration issues with existing infrastructure.
- Dependence on specific vendor expertise.
- Long-term maintenance and support costs.
Tags
all-other-miscellaneous-manufacturing, department-of-homeland-security, ma, do, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $47.5 million to REVEAL IMAGING TECHNOLOGIES, INC.. TAS::70 0556::TAS RECOVERY--PURCHASE OF REDUCED SIZE EXPLOSIVE DETECTION SYSTEM UNITS AND ANCILLARY EQUIPMENT ARRA::YES::ARRA
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 $47.5 million.
What is the period of performance?
Start: 2009-05-05. End: 2011-03-25.
What is the expected lifespan of the procured explosive detection systems, and what are the plans for future upgrades or replacements?
The expected lifespan of the systems is crucial for assessing long-term value. Without specific details on technological obsolescence and upgrade paths, it's difficult to determine the total cost of ownership. Future planning should consider the rapid pace of technological advancement in detection capabilities to ensure continued effectiveness and avoid premature replacement costs for taxpayers.
How does the performance of these specific units compare to other available explosive detection technologies in terms of accuracy and speed?
A comparative performance analysis is essential to validate the effectiveness of the chosen system. Understanding its accuracy rates and detection speed relative to competing technologies helps determine if the selected units offer the best balance of capability and cost. This information is vital for ensuring the investment provides optimal security benefits.
What are the key performance indicators (KPIs) used to measure the success of this contract and the deployed systems?
Defining clear KPIs, such as detection rates, false alarm frequencies, system uptime, and maintenance requirements, is critical for evaluating contract success. These metrics provide objective measures of performance and allow for accountability. Regular reporting against these KPIs will ensure the systems are meeting operational needs and delivering value.
Industry Classification
NAICS: Manufacturing › Other Miscellaneous Manufacturing › All Other Miscellaneous Manufacturing
Product/Service Code: QUALITY CONTROL, TEST, INSPECTION › QUALITY CONTROL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: TWO STEP
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
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: $47,486,335
Exercised Options: $47,486,335
Current Obligation: $47,486,335
Parent Contract
Parent Award PIID: HSTS0405DDEP029
IDV Type: IDC
Timeline
Start Date: 2009-05-05
Current End Date: 2011-03-25
Potential End Date: 2011-03-25 00:00:00
Last Modified: 2013-01-28
More Contracts from Reveal Imaging Technologies, Inc.
- THE Transportation Security Administration (tsa)/Acquisition Program Management (APM) Office Requires Upgrade Kits to Improve the Existing TSA Fleet of Reduced Size Explosive Detection Systems (rseds). These Upgrade Kits Will Retrofit Rseds Units That ARE Currently Deployed AT Airports Nationwide. the Upgrade KIT Will Include NEW Hardware and Software, and IT Will Allow TSA to Improve the Fleet of Rseds Units to Detect NEW Threats in the Field — $58.7M (Department of Homeland Security)
- TAS::70 0556::TAS Reveal Imaging Hsts04-05-D-Dep029 Purchase 123 CT-80 DR EDS Systems and Ancillary Equipment Arra- Stimulus Arra::yes::arra — $29.9M (Department of Homeland Security)
- Purchase 56 Rseds Units and Associated Ancillary Equipment, With the Option to Purchase 20 Additional, for 5500 Recap AT Multiple Airports — $28.7M (Department of Homeland Security)
- Reveal Imaging Technologies Hsts04-05-D-Dep029 EDS Upgrade 212 CT80 Units to Ct80dr, Decommission and Rigging Oversight, Disposal of Excess Parts AS Well AS Replacement of Necessary Parts to Complete Retrofit Upgrades. This PR Replaces CT1283, Which HAS Been Cancelled. Airport: Multiple — $25.6M (Department of Homeland Security)
- 73 Reduced Size Explosives Detection Systems — $24.8M (Department of Homeland Security)
View all Reveal Imaging Technologies, Inc. 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)