DHS awards $3.02M for screening services at SRQ, vendor pending, competition method unclear

Contract Overview

Contract Amount: $24,516,673 ($24.5M)

Contractor: Trinity Technology Group, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2014-12-01

End Date: 2019-11-30

Contract Duration: 1,825 days

Daily Burn Rate: $13.4K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 11

Pricing Type: FIRM FIXED PRICE

Sector: Transportation

Official Description: IGF::OT::IGF SCREENING SERVICES AT SARASOTA BRADENTON INTERNATIONAL (SRQ). IN THE AMOUNT OF $3,015,700.72 VENDOR NAME PENDING AWARD OF CONTRACT.

Place of Performance

Location: SARASOTA, SARASOTA County, FLORIDA, 34243

State: Florida Government Spending

Plain-Language Summary

Department of Homeland Security obligated $24.5 million to TRINITY TECHNOLOGY GROUP, INC. for work described as: IGF::OT::IGF SCREENING SERVICES AT SARASOTA BRADENTON INTERNATIONAL (SRQ). IN THE AMOUNT OF $3,015,700.72 VENDOR NAME PENDING AWARD OF CONTRACT. Key points: 1. Contract value of $3.02M for security screening services. 2. Competition method is 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES', suggesting potential limitations. 3. Risk of vendor selection uncertainty as vendor name is pending. 4. Sector is Transportation Security, a critical area for public safety.

Value Assessment

Rating: questionable

The contract value of $3.02M for screening services needs further context to assess pricing against similar contracts. The PSC code is missing, hindering direct comparison.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The competition method 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' indicates that while open to all, certain sources were initially excluded, which could impact price discovery and overall competition.

Taxpayer Impact: Taxpayer funds are being used for security screening services. The effectiveness of the competition method in securing the best value for taxpayers is not fully clear.

Public Impact

Ensures security screening at Sarasota Bradenton International Airport. Potential impact on passenger experience due to screening services. Supports federal agency operations in homeland security. Contract award process may affect local employment opportunities.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Transportation Security sector, specifically related to airport screening. Spending benchmarks for similar security guard and patrol services (NAICS 561612) can vary significantly based on location and service scope.

Small Business Impact

The data does not indicate any specific provisions or set-asides for small businesses in this contract. Further analysis would be needed to determine if small businesses had an opportunity to participate.

Oversight & Accountability

Oversight is provided by the Department of Homeland Security, Transportation Security Administration. The 'DEFINITIVE CONTRACT' type suggests a contract with specific terms and conditions that should be subject to oversight.

Related Government Programs

Risk Flags

Tags

security-guards-and-patrol-services, department-of-homeland-security, fl, definitive-contract, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $24.5 million to TRINITY TECHNOLOGY GROUP, INC.. IGF::OT::IGF SCREENING SERVICES AT SARASOTA BRADENTON INTERNATIONAL (SRQ). IN THE AMOUNT OF $3,015,700.72 VENDOR NAME PENDING AWARD OF CONTRACT.

Who is the contractor on this award?

The obligated recipient is TRINITY TECHNOLOGY GROUP, 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 $24.5 million.

What is the period of performance?

Start: 2014-12-01. End: 2019-11-30.

What is the rationale behind excluding certain sources in the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' method, and how did this impact the final price?

The rationale for excluding sources typically involves specific technical requirements, past performance issues, or other documented justifications. This exclusion can limit the pool of potential bidders, potentially leading to higher prices if competition is reduced. Without detailed documentation from the solicitation, it's difficult to ascertain the precise impact on the final price for this specific contract.

What are the specific security screening services required under this contract, and how do they align with industry best practices and costs?

The provided data lacks specific details on the exact security screening services. Understanding the scope (e.g., passenger screening, baggage screening, access control) is crucial for benchmarking against industry standards and costs. The NAICS code 561612 (Security Guards and Patrol Services) is broad, and the absence of a PSC code further complicates a precise cost-effectiveness assessment.

How will the pending vendor award be finalized, and what due diligence is being performed to ensure the selected vendor meets all security and performance requirements?

The finalization of a pending vendor award typically involves a review of proposals, negotiations, and verification of qualifications. Due diligence by the Transportation Security Administration would include assessing the vendor's financial stability, technical capabilities, past performance, and security clearances. The process aims to ensure the chosen entity can effectively fulfill the critical security screening mandate.

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: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Offers Received: 11

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 10687 GASKINS WAY STE 200, MANASSAS, VA, 20109

Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $24,766,673

Exercised Options: $24,516,673

Current Obligation: $24,516,673

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2014-12-01

Current End Date: 2019-11-30

Potential End Date: 2019-11-30 12:00:00

Last Modified: 2026-01-16

More Contracts from Trinity Technology Group, Inc.

View all Trinity Technology Group, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending