DoD Awards $18.6M Firm Fixed Price Contract for Facilities Support Services to Techflow Mission Support, LLC
Contract Overview
Contract Amount: $18,662,294 ($18.7M)
Contractor: Techflow Mission Support, LLC
Awarding Agency: Department of Defense
Start Date: 2014-03-28
End Date: 2014-03-31
Contract Duration: 3 days
Daily Burn Rate: $6.2M/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 12
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IGF::OT::IGF OPTION YEAR 3 FFP WORK
Place of Performance
Location: CAMP LEJEUNE, ONSLOW County, NORTH CAROLINA, 28547
Plain-Language Summary
Department of Defense obligated $18.7 million to TECHFLOW MISSION SUPPORT, LLC for work described as: IGF::OT::IGF OPTION YEAR 3 FFP WORK Key points: 1. Contract value of $18.6M for 3 years. 2. Competition method was 'Full and Open Competition After Exclusion of Sources'. 3. Services fall under Facilities Support Services (NAICS 561210). 4. Awarded as a Delivery Order under an existing contract. 5. No small business participation noted.
Value Assessment
Rating: fair
The contract value of $18.6M over 3 years averages $6.2M annually. Benchmarking against similar facilities support contracts is difficult without more specific service details, but this appears to be within a reasonable range for comprehensive support services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The competition was 'Full and Open Competition After Exclusion of Sources', indicating a limited but not sole-source approach. This method may have restricted the pool of potential bidders, potentially impacting price discovery compared to a truly open competition.
Taxpayer Impact: Taxpayer funds are being used for essential facilities support services. The limited competition raises questions about whether the best possible price was achieved.
Public Impact
Ensures operational readiness of facilities through essential support services. Supports military personnel and operations by maintaining infrastructure. Contracting process involved specific exclusion of sources, impacting broader market access.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition method
- No small business participation
- Delivery Order under an existing contract
Positive Signals
- Firm Fixed Price contract type
- Clear service category (Facilities Support)
Sector Analysis
Facilities Support Services are crucial for maintaining government infrastructure and operational readiness. Spending in this sector can vary significantly based on the scale and complexity of facilities managed. This contract's value is moderate for a 3-year duration.
Small Business Impact
The data indicates no small business participation in this contract award. Efforts to include small businesses in federal contracting are a priority, and their absence here warrants further review.
Oversight & Accountability
The award was made as a Delivery Order under an existing contract, suggesting some level of prior oversight. However, the specific justification for excluding sources in the competition needs to be examined for accountability.
Related Government Programs
- Facilities Support Services
- Department of Defense Contracting
- Department of the Navy Programs
Risk Flags
- Limited competition may have inflated costs.
- Lack of small business participation.
- Delivery Order mechanism could mask true contract value.
- Justification for source exclusion needs scrutiny.
Tags
facilities-support-services, department-of-defense, nc, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $18.7 million to TECHFLOW MISSION SUPPORT, LLC. IGF::OT::IGF OPTION YEAR 3 FFP WORK
Who is the contractor on this award?
The obligated recipient is TECHFLOW MISSION SUPPORT, LLC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Navy).
What is the total obligated amount?
The obligated amount is $18.7 million.
What is the period of performance?
Start: 2014-03-28. End: 2014-03-31.
What was the specific justification for excluding certain sources in the 'Full and Open Competition After Exclusion of Sources' process, and how did this impact the final price?
The justification for excluding sources typically relates to specific technical requirements, existing infrastructure compatibility, or unique capabilities not widely available. This exclusion can limit the number of bidders, potentially leading to less competitive pricing than a fully open solicitation. A thorough review would assess if the exclusion was warranted and if the resulting price reflects fair market value given the constraints.
How does the annual cost of $6.2M compare to industry benchmarks for similar facilities support services, considering the specific scope of work?
Benchmarking requires a detailed understanding of the services provided (e.g., maintenance, janitorial, security, groundskeeping) and the size/type of facilities. While $6.2M annually is a significant sum, it could be competitive if the contract encompasses a wide range of comprehensive services for a large installation. Without a detailed scope of work and comparison data, a definitive assessment of value is challenging.
What is the long-term strategy for facilities support services, and does this contract align with it, particularly regarding competition and small business inclusion?
This contract represents a 3-year commitment. Understanding the agency's long-term facilities management strategy is key. If the strategy emphasizes leveraging existing contracts or specific vendor capabilities, this award might fit. However, the lack of small business participation and limited competition suggests potential missed opportunities for broader market engagement and innovation in future strategies.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: N4008508R8463
Offers Received: 12
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Techflow, Inc. (UEI: 014125442)
Address: 301 A STREET, IDAHO FALLS, ID, 83402
Business Categories: Category Business, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $18,662,294
Exercised Options: $18,662,294
Current Obligation: $18,662,294
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N4008510D0213
IDV Type: IDC
Timeline
Start Date: 2014-03-28
Current End Date: 2014-03-31
Potential End Date: 2014-03-31 00:00:00
Last Modified: 2022-03-04
More Contracts from Techflow Mission Support, LLC
- Option Year 4 FFP Work — $19.8M (Department of Defense)
- Lbos OY1 Funding Task Order — $13.9M (Department of Defense)
- Recurring Work for Option Year Four — $12.4M (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)