Commerce Department awards $156K for emergency chiller rental, highlighting critical infrastructure needs

Contract Overview

Contract Amount: $156,098 ($156.1K)

Contractor: Johnson Controls, Inc

Awarding Agency: Department of Commerce

Start Date: 2025-05-23

End Date: 2025-11-10

Contract Duration: 171 days

Daily Burn Rate: $913/day

Competition Type: NOT COMPETED UNDER SAP

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: EMERGENCY 300-TON AIR COOLED CHILLER RENTAL FOR CHS HOLLINGS MARINE LAB

Place of Performance

Location: CHARLESTON, CHARLESTON County, SOUTH CAROLINA, 29412

State: South Carolina Government Spending

Plain-Language Summary

Department of Commerce obligated $156,098 to JOHNSON CONTROLS, INC for work described as: EMERGENCY 300-TON AIR COOLED CHILLER RENTAL FOR CHS HOLLINGS MARINE LAB Key points: 1. Rental contract for essential cooling equipment at a marine laboratory. 2. Short-term rental indicates a potential gap in permanent infrastructure or an unexpected need. 3. Sole-source award may limit price competition and potentially increase costs. 4. Fixed-price contract provides cost certainty for the government. 5. The award duration is 171 days, covering a significant portion of a year. 6. The contractor, Johnson Controls, Inc., is a known entity in the HVAC sector.

Value Assessment

Rating: fair

The contract value of $156,098 for a 171-day rental of a 300-ton chiller appears to be within a reasonable range for emergency equipment needs. However, without specific details on the chiller's specifications, age, and the urgency of the requirement, a precise value-for-money assessment is challenging. Comparing this to similar short-term chiller rentals for critical facilities could provide better benchmarking, but such data is not readily available in this context. The fixed-price nature offers predictability, but the lack of competition could mean a higher price than if it were competed.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning only one vendor was solicited. This approach is typically used when there is a lack of competition, an urgent need that precludes full and open competition, or when only one vendor can meet the specific requirements. The absence of multiple bidders means that the government did not benefit from competitive pricing, potentially leading to a higher cost than if the contract had been competed.

Taxpayer Impact: Taxpayers may have paid a premium due to the lack of competitive bidding. The sole-source nature prevents price discovery through market forces, potentially resulting in less efficient use of public funds.

Public Impact

The National Oceanic and Atmospheric Administration (NOAA) facility, specifically the Hollings Marine Laboratory, benefits from this rental. Ensures continued operation of critical research and laboratory functions by providing essential cooling. The geographic impact is localized to the Charleston, South Carolina area where the lab is situated. Maintains a stable research environment, indirectly supporting scientific workforce and research output.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls within the broader Construction and Facilities Maintenance sector, specifically focusing on HVAC services. The market for emergency equipment rentals, especially for specialized units like large industrial chillers, can be niche. While permanent chiller installations represent a larger market, short-term rentals are crucial for maintaining operations during unexpected outages or planned maintenance. Benchmarking spending in this specific niche is difficult without more granular data on emergency rental services.

Small Business Impact

This contract was not set aside for small businesses, and there is no indication of subcontracting opportunities for small businesses. The award went to a large corporation, Johnson Controls, Inc. This suggests that the procurement did not actively aim to support the small business ecosystem in this instance.

Oversight & Accountability

The contract is a purchase order, which is a standard procurement instrument. Oversight would typically be managed by the contracting officer and the program office within NOAA. Transparency is limited due to the sole-source nature and the lack of publicly available detailed justifications. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

construction, hvac, emergency-rental, sole-source, department-of-commerce, noaa, national-oceanic-and-atmospheric-administration, south-carolina, purchase-order, firm-fixed-price, critical-infrastructure, facilities-maintenance

Frequently Asked Questions

What is this federal contract paying for?

Department of Commerce awarded $156,098 to JOHNSON CONTROLS, INC. EMERGENCY 300-TON AIR COOLED CHILLER RENTAL FOR CHS HOLLINGS MARINE LAB

Who is the contractor on this award?

The obligated recipient is JOHNSON CONTROLS, INC.

Which agency awarded this contract?

Awarding agency: Department of Commerce (National Oceanic and Atmospheric Administration).

What is the total obligated amount?

The obligated amount is $156,098.

What is the period of performance?

Start: 2025-05-23. End: 2025-11-10.

What is the typical market rate for renting a 300-ton air-cooled chiller for a 6-month period in the Charleston, South Carolina area?

Determining the precise market rate for a 6-month rental of a 300-ton air-cooled chiller in Charleston, SC, without specific equipment details (e.g., age, brand, condition, energy efficiency) and the exact urgency of the need, is challenging. However, industry estimates for such rentals can range significantly, often from $5,000 to $15,000 per month, depending on these factors and the provider's overhead. Given the $156,098 award for 171 days (approximately 5.7 months), the effective monthly cost is around $27,385. This rate appears high compared to general market estimates, suggesting that the 'emergency' nature, sole-source award, or specific technical requirements likely contributed to a premium price. A competitive bidding process would have provided a clearer picture of the true market value.

Why was this contract awarded on a sole-source basis instead of being competed?

The provided data indicates the contract was 'NOT COMPETED UNDER SAP' (Simplified Acquisition Procedures), and it is listed as 'sole-source'. While the specific justification for the sole-source award is not detailed, common reasons include urgent and compelling circumstances that preclude timely competition, the unavailability of the required item from any other source, or when only one responsible source is capable of providing the required service or item. For an emergency chiller rental, it's plausible that the facility experienced a critical failure, and only one vendor could rapidly supply and install the necessary equipment to prevent significant operational disruption. However, without the official justification document, this remains an assumption.

What are the potential risks associated with renting emergency equipment versus purchasing or leasing long-term?

Renting emergency equipment, like this chiller, carries several risks. Firstly, the cost per unit of time is typically higher than purchasing or long-term leasing, making it less cost-effective for extended needs. Secondly, emergency rentals often imply a reactive approach, potentially masking underlying issues with existing infrastructure that require more permanent solutions. There's also a risk of equipment not being perfectly suited to the long-term operational needs of the facility. Finally, the reliance on external vendors for critical functions can introduce supply chain risks and dependence, especially if the vendor relationship is not well-established or if the market for such rentals is limited.

What is the track record of Johnson Controls, Inc. in providing similar services to the federal government?

Johnson Controls, Inc. is a major global provider of building products, technologies, and services, including HVAC systems. They have a significant history of contracting with the U.S. federal government across various agencies for installation, maintenance, and equipment supply. While this specific contract is for a rental, the company's extensive experience in the broader HVAC sector suggests a strong capability to deliver such services. A deeper dive into their federal contract history would reveal the volume and types of contracts awarded, past performance ratings, and any significant issues encountered on previous government projects, providing a more comprehensive view of their track record.

How does this spending compare to other federal spending on HVAC equipment or services?

This $156,098 award for an emergency chiller rental is a relatively small amount compared to the overall federal spending on HVAC equipment and services, which can run into billions annually for new installations, major upgrades, and long-term maintenance contracts across numerous federal facilities. However, for a short-term, emergency rental, the cost per day is substantial. When compared to other emergency rental contracts, its value might be more comparable, but without specific data on similar emergency procurements, it's difficult to establish a precise benchmark. The key differentiator here is the 'emergency' and 'rental' nature, which typically commands a premium over standard procurement.

What are the implications of this contract for the long-term infrastructure strategy of the Hollings Marine Laboratory?

This emergency rental suggests a potential vulnerability or inadequacy in the Hollings Marine Laboratory's existing HVAC infrastructure. It could indicate that the permanent cooling system is either undergoing unexpected repairs, has failed, or is insufficient to meet current demands. The short-term nature of the rental implies that a long-term solution is likely being considered or is already in progress. Federal agencies are generally expected to maintain reliable infrastructure; therefore, this event may prompt a review of the lab's capital improvement plans, potentially leading to future investments in upgrading or replacing the cooling systems to prevent future reliance on costly emergency rentals.

Industry Classification

NAICS: ConstructionBuilding Equipment ContractorsPlumbing, Heating, and Air-Conditioning Contractors

Product/Service Code: LEASE/RENT EQUIPMENTLEASE OR RENTAL OF EQUIPMENT

Competition & Pricing

Extent Competed: NOT COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Johnson Controls Fire Protection LP

Address: 5757 N GREEN BAY AVE, MILWAUKEE, WI, 53209

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Manufacturer of Goods, Not Designated a Small Business, Special Designations

Financial Breakdown

Contract Ceiling: $156,098

Exercised Options: $156,098

Current Obligation: $156,098

Actual Outlays: $156,098

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2025-05-23

Current End Date: 2025-11-10

Potential End Date: 2025-11-10 00:00:00

Last Modified: 2026-04-09

More Contracts from Johnson Controls, Inc

View all Johnson Controls, Inc federal contracts →

Other Department of Commerce Contracts

View all Department of Commerce contracts →

Explore Related Government Spending