DoD Awards $47.2M Task Order for Security Systems Services to Serco Inc
Contract Overview
Contract Amount: $47,248,384 ($47.2M)
Contractor: Serco Inc
Awarding Agency: Department of Defense
Start Date: 2025-04-30
End Date: 2026-03-01
Contract Duration: 305 days
Daily Burn Rate: $154.9K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE PURPOSE OF THIS TASK ORDER IS TO REISSUE N6426725F6103 AS N3943025F0024 WITH ASSOCIATED CLINS. ALL TASK ORDER TERMS AND CONDITIONS IN ACCORDANCE WITH THE ORIGINAL GSC TASK ORDER AND ANY MODIFICATIONS THEREOF SHALL REMAIN IN FULL FORCE AND EFFECT.
Place of Performance
Location: PORT HUENEME CBC BASE, VENTURA County, CALIFORNIA, 93043
Plain-Language Summary
Department of Defense obligated $47.2 million to SERCO INC for work described as: THE PURPOSE OF THIS TASK ORDER IS TO REISSUE N6426725F6103 AS N3943025F0024 WITH ASSOCIATED CLINS. ALL TASK ORDER TERMS AND CONDITIONS IN ACCORDANCE WITH THE ORIGINAL GSC TASK ORDER AND ANY MODIFICATIONS THEREOF SHALL REMAIN IN FULL FORCE AND EFFECT. Key points: 1. Significant award value of $47.2 million for security systems services. 2. Contract awarded to Serco Inc. under full and open competition. 3. Potential risk associated with reissuing a previous task order. 4. Spending falls within the 'Security Systems Services' sector.
Value Assessment
Rating: fair
The contract value of $47.2 million appears substantial for security systems services. Benchmarking against similar contracts would be necessary to assess if this pricing is competitive, especially given it's a reissue of a previous order.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a competitive bidding process. However, reissuing a previous task order might limit the scope of innovation or price discovery compared to a completely new solicitation.
Taxpayer Impact: Taxpayers are likely benefiting from a competitive process, but the value proposition needs to be confirmed against market rates for similar services.
Public Impact
Ensures continued security services for Department of the Navy operations. Supports a large federal contractor, Serco Inc., and its employees. Potential for service disruptions if the reissue process encounters issues. Government reliance on established contractors for critical security functions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Reissue of previous task order may indicate lack of new competition or evolving needs.
- No small business participation noted.
Positive Signals
- Awarded under full and open competition.
- Firm fixed price contract type provides cost certainty.
Sector Analysis
This award falls under the Security Systems Services (except Locksmiths) sector, which is crucial for government facility protection. Spending benchmarks for this sector would typically consider the scale and complexity of security systems required by military installations.
Small Business Impact
The data indicates that small businesses were not involved in this specific task order, as the 'sb' field is false. Further analysis would be needed to determine if this is a trend within the Department of the Navy's security services procurement or an isolated instance.
Oversight & Accountability
The task order is a reissue of a previous one, suggesting that oversight may have been established under the original award. However, the effectiveness of ongoing oversight for this specific reissue needs to be confirmed to ensure continued value and performance.
Related Government Programs
- Security Systems Services (except Locksmiths)
- Department of Defense Contracting
- Department of the Navy Programs
Risk Flags
- Potential for lack of innovation due to reissue.
- No small business participation.
- Limited transparency on specific services and performance metrics.
- Dependence on incumbent contractor.
Tags
security-systems-services-except-locksmi, department-of-defense, ca, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $47.2 million to SERCO INC. THE PURPOSE OF THIS TASK ORDER IS TO REISSUE N6426725F6103 AS N3943025F0024 WITH ASSOCIATED CLINS. ALL TASK ORDER TERMS AND CONDITIONS IN ACCORDANCE WITH THE ORIGINAL GSC TASK ORDER AND ANY MODIFICATIONS THEREOF SHALL REMAIN IN FULL FORCE AND EFFECT.
Who is the contractor on this award?
The obligated recipient is SERCO INC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Navy).
What is the total obligated amount?
The obligated amount is $47.2 million.
What is the period of performance?
Start: 2025-04-30. End: 2026-03-01.
What specific security systems and services are covered under this task order, and how do they align with current DoD security requirements?
The provided data does not detail the specific security systems and services. As a reissue of a previous task order (N6426725F6103), it likely covers similar functions. However, a thorough review of the original task order and any modifications would be necessary to understand the scope and ensure alignment with current Department of Defense security mandates and technological advancements.
What is the rationale behind reissuing the previous task order instead of conducting a new solicitation for security systems services?
Reissuing a previous task order often occurs when the original contract is still valid or when there's a need for continuity of services with minimal disruption. Reasons could include the incumbent contractor's performance, the complexity of the services requiring specialized knowledge, or administrative efficiencies. However, it raises questions about whether a new solicitation could yield better pricing or more innovative solutions.
How does the performance of Serco Inc. on the previous task order inform the decision to reissue this one, and what metrics are used to ensure continued effectiveness?
The decision to reissue likely stems from satisfactory performance by Serco Inc. on the prior task order. Agencies typically track key performance indicators (KPIs) related to service delivery, response times, and system reliability. Continued effectiveness would be monitored through ongoing performance evaluations, user feedback, and adherence to service level agreements outlined in the task order.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Security Systems Services (except Locksmiths)
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 12930 WORLDGATE DR STE 600, HERNDON, VA, 20170
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $91,394,570
Exercised Options: $91,394,570
Current Obligation: $47,248,384
Subaward Activity
Number of Subawards: 26
Total Subaward Amount: $23,018,449
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N3943021D2230
IDV Type: IDC
Timeline
Start Date: 2025-04-30
Current End Date: 2026-03-01
Potential End Date: 2026-03-01 00:00:00
Last Modified: 2025-09-17
More Contracts from Serco Inc
- -Pphf-2013-Eligibility Support — $1.2B (Department of Health and Human Services)
- Eligibility Support — $1.0B (Department of Health and Human Services)
- Eligibility Support — $589.3M (Department of Health and Human Services)
- Serco Management Services Inc for Area 5 Igf::ct::igf — $378.8M (Department of Transportation)
- J Plant Renovation — $327.3M (Department of Defense)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)