DHS awarded $10.3M for airport security screening, with Trinity Technology Group Inc. as the contractor

Contract Overview

Contract Amount: $10,348,006 ($10.3M)

Contractor: Trinity Technology Group, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2016-07-01

End Date: 2021-06-30

Contract Duration: 1,825 days

Daily Burn Rate: $5.7K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: IGF::CL,CT::IGF AIRPORT SECURITY SCREENING SERVICES UNDER THIS TASK ORDER CONTRACT ENCOMPASSES THE PRINCIPLE REQUIREMENTS TO PROVIDE SECURITY SCREENING OF PASSENGERS AND BAGGAGE AT THE AIRPORT, AND TO ENSURE THE SECURITY OF THE STERILE ENVIRONMENT.

Place of Performance

Location: SANTA ROSA, SONOMA County, CALIFORNIA, 95403

State: California Government Spending

Plain-Language Summary

Department of Homeland Security obligated $10.3 million to TRINITY TECHNOLOGY GROUP, INC. for work described as: IGF::CL,CT::IGF AIRPORT SECURITY SCREENING SERVICES UNDER THIS TASK ORDER CONTRACT ENCOMPASSES THE PRINCIPLE REQUIREMENTS TO PROVIDE SECURITY SCREENING OF PASSENGERS AND BAGGAGE AT THE AIRPORT, AND TO ENSURE THE SECURITY OF THE STERILE ENVIRONMENT. Key points: 1. The contract focuses on passenger and baggage screening, crucial for maintaining airport security. 2. The firm-fixed-price contract type suggests predictable costs for the government. 3. The duration of the task order (5 years) indicates a long-term need for these services. 4. The contract was awarded under full and open competition, implying a broad search for qualified vendors. 5. The North American Industry Classification System (NAICS) code 561612 points to specialized security guard services. 6. The contract's value is moderate within the context of federal security spending. 7. The absence of small business set-aside flags suggests the primary contractor is not a small business.

Value Assessment

Rating: good

The contract value of $10.3 million over five years for airport security screening appears reasonable when benchmarked against similar federal contracts for security services. The firm-fixed-price structure helps control costs. While specific per-unit cost data is not provided, the overall award suggests a competitive pricing environment given the full and open competition.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that the Transportation Security Administration sought proposals from all responsible sources. The number of bidders is not specified, but the competitive nature of the award process generally leads to better price discovery and value for the government. This approach ensures that the government can select the most capable and cost-effective provider.

Taxpayer Impact: A full and open competition process helps ensure that taxpayer dollars are used efficiently by fostering a competitive environment that drives down prices and improves service quality.

Public Impact

The primary beneficiaries are air travelers and the general public, who benefit from enhanced airport security. The services delivered include passenger and baggage screening, directly contributing to national security. The contract's geographic impact is focused on airports within California, as indicated by the state code. The contract supports jobs in the security services sector, particularly for screening personnel.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The airport security screening market is a significant segment within the broader security services industry. Federal spending in this area is driven by national security mandates and regulations. This contract fits within the Transportation Security Administration's (TSA) mission to protect the nation's transportation systems. Comparable spending benchmarks would involve analyzing other TSA contracts for screening services at various airports, as well as contracts awarded by other federal agencies for similar security guard and patrol services (NAICS 561612).

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). This suggests that the primary award went to a larger entity or that the competition was open to all business sizes without specific set-aside requirements. Subcontracting opportunities for small businesses may exist but are not explicitly detailed in the provided information. The impact on the small business ecosystem is likely minimal unless significant subcontracting occurs.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Homeland Security (DHS) and the Transportation Security Administration (TSA). Mechanisms likely include regular performance reviews, contract monitoring by contracting officers, and potentially audits by the DHS Office of Inspector General (OIG). Transparency is generally maintained through contract award databases like FPDS. The OIG has jurisdiction to investigate waste, fraud, and abuse related to federal contracts.

Related Government Programs

Risk Flags

Tags

transportation-security, homeland-security, transportation-security-administration, firm-fixed-price, full-and-open-competition, security-screening, california, trinity-technology-group-inc, delivery-order, passenger-screening, baggage-screening

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $10.3 million to TRINITY TECHNOLOGY GROUP, INC.. IGF::CL,CT::IGF AIRPORT SECURITY SCREENING SERVICES UNDER THIS TASK ORDER CONTRACT ENCOMPASSES THE PRINCIPLE REQUIREMENTS TO PROVIDE SECURITY SCREENING OF PASSENGERS AND BAGGAGE AT THE AIRPORT, AND TO ENSURE THE SECURITY OF THE STERILE ENVIRONMENT.

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 $10.3 million.

What is the period of performance?

Start: 2016-07-01. End: 2021-06-30.

What is the track record of Trinity Technology Group, Inc. in performing federal security contracts?

Trinity Technology Group, Inc. has a history of performing federal contracts, primarily within the security and technology sectors. While this specific task order represents a significant award for airport security screening, their broader federal contracting experience would need to be reviewed to fully assess their track record. A deeper dive into their past performance on similar contracts, including client feedback, on-time delivery rates, and adherence to contract requirements, would provide a more comprehensive understanding of their capabilities and reliability. Examining any past performance issues or disputes would also be crucial for a complete assessment.

How does the per-passenger screening cost compare to industry benchmarks?

The provided data does not include specific per-passenger screening costs or the total number of passengers screened under this contract, making a direct comparison to industry benchmarks impossible. To perform such an analysis, one would need to know the total contract value, the contract duration, the number of screening personnel provided, and the volume of passengers processed. Benchmarking would then involve comparing these per-unit costs against similar contracts awarded by the TSA or other aviation security providers, considering factors like airport size, traffic volume, and the specific screening technologies employed. Without this granular data, assessing the value-for-money on a per-unit basis remains speculative.

What are the key performance indicators (KPIs) used to evaluate Trinity Technology Group, Inc.'s performance?

The specific Key Performance Indicators (KPIs) for this contract are not detailed in the provided summary. However, typical KPIs for airport security screening services often include metrics such as screening wait times, the rate of prohibited items detected, the number of security incidents, compliance with security protocols, and personnel punctuality and professionalism. The contract likely includes a performance work statement (PWS) that outlines these expectations and the methods for measuring performance. The TSA would monitor these KPIs to ensure the contractor is meeting the required standards for passenger and baggage screening.

What is the historical spending trend for airport security screening services by the TSA?

Analyzing the historical spending trend for airport security screening services by the TSA would require access to historical contract data beyond this single task order. Generally, TSA spending in this area is substantial and has likely seen fluctuations influenced by evolving security threats, technological advancements, and changes in federal appropriations. Examining annual reports, budget requests, and contract award databases over several fiscal years would reveal trends in overall spending, the number of contracts awarded, and the average contract values. This context is essential for understanding whether the $10.3 million awarded here represents an increase, decrease, or stable level of investment.

Are there any identified risks associated with this specific contract or contractor?

Without specific risk assessment data for this contract, potential risks can be inferred from the nature of the service and the contracting environment. Risks could include contractor performance issues (e.g., failure to meet screening standards, staffing shortages), security breaches due to human error or system failures, and potential cost overruns if the firm-fixed-price model proves inadequate for unforeseen circumstances. The long duration of the contract also introduces risks related to potential changes in technology or security requirements that may not be fully captured in the initial agreement. The TSA's oversight mechanisms are designed to mitigate these risks through performance monitoring and contract management.

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

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

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: $10,598,006

Exercised Options: $10,348,006

Current Obligation: $10,348,006

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: HSTS0516DSPP912

IDV Type: IDC

Timeline

Start Date: 2016-07-01

Current End Date: 2021-06-30

Potential End Date: 2021-06-30 02:28:35

Last Modified: 2026-01-15

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