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
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
- Potential for over-reliance on a single contractor for critical security functions.
- Ensuring consistent service quality across all screening points within the specified airports.
- Monitoring contractor performance to ensure adherence to all security protocols and regulations.
Positive Signals
- Awarded through full and open competition, suggesting a robust selection process.
- Firm-fixed-price contract type provides cost certainty for the government.
- Long contract duration indicates a stable and ongoing need for these essential security services.
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
- Federal Airport Security Contracts
- Transportation Security Administration Services
- Security Guard and Patrol Services
- Homeland Security Contracts
- Firm Fixed Price Contracts
Risk Flags
- Potential for performance degradation over the contract's 5-year term.
- Dependence on contractor staffing levels to meet operational demands.
- Ensuring consistent application of security screening procedures.
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 Services › Investigation and Security Services › Security Guards and Patrol Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING 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.
- P00002 Updated POP to 6/18/19 to 8/29/24. Task Order for Comprehensive Security Screening Services AT Orlando Sanford International Airport (SFB), Sanford, Florida — $54.0M (Department of Homeland Security)
- This Contract IS for Comprehensive Airport Screening Services AT Orlando Sanford International Airport (SFB) — $34.6M (Department of Homeland Security)
- Screening Services AT Sarasota Bradenton International (SRQ). in the Amount of $3,015,700.72 Vendor Name Pending Award of Contract — $24.5M (Department of Homeland Security)
- Airport Security Screening Services AT Sioux Falls SD and Sonoma County CA — $24.5M (Department of Homeland Security)
- ,Ct::igf Task Order 4 - Mt-West Screening Services Under the Screening Partnership Program (SPP) — $23.5M (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)