NOAA awards $2.36M janitorial contract to Germrip LLC for Juneau, AK facility
Contract Overview
Contract Amount: $23,640 ($23.6K)
Contractor: Germrip LLC
Awarding Agency: Department of Commerce
Start Date: 2026-04-01
End Date: 2027-03-31
Contract Duration: 364 days
Daily Burn Rate: $65/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 12
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NON-PERSONAL SERVICES FOR JANITORIAL SERVICES AT WFO JUNEAU, AK FOR BASE PLUS FOUR OPTION YEARS
Place of Performance
Location: JUNEAU, JUNEAU County, ALASKA, 99801
State: Alaska Government Spending
Plain-Language Summary
Department of Commerce obligated $23,640 to GERMRIP LLC for work described as: NON-PERSONAL SERVICES FOR JANITORIAL SERVICES AT WFO JUNEAU, AK FOR BASE PLUS FOUR OPTION YEARS Key points: 1. Contract awarded for essential facility maintenance services. 2. Fixed-price contract type aims to control costs. 3. Performance period spans base year plus four option years. 4. Geographic focus on Juneau, Alaska. 5. Contractor is Germrip LLC. 6. Services include janitorial support.
Value Assessment
Rating: fair
The contract value of $2.36 million over five years for janitorial services at a single facility appears to be within a reasonable range, though specific benchmarks for the Juneau, AK area are not readily available. The firm fixed-price structure provides cost certainty for the government. Without detailed service requirements and local labor costs, a precise value-for-money assessment is challenging. However, the award to a single entity suggests a standard service provision rather than a highly specialized or complex requirement.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under Simplified Acquisition Procedures (SAP), indicating a procurement valued below the threshold for full and open competition. While the specific number of bidders is not provided, SAP typically involves a limited number of solicitations, often to pre-qualified vendors or through specific platforms. This approach aims for efficiency in smaller procurements but may not always yield the broadest possible competition, potentially impacting price discovery.
Taxpayer Impact: For taxpayers, limited competition under SAP can mean that the government may not always secure the absolute lowest price achievable through a wider bidding process. However, it also allows for quicker acquisition of necessary services.
Public Impact
The National Oceanic and Atmospheric Administration (NOAA) facility in Juneau, Alaska, will receive janitorial services. This ensures a clean and functional working environment for NOAA personnel. The contract supports local employment through Germrip LLC's operations in Alaska. The services are critical for maintaining the operational readiness and health standards of the federal facility.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition under SAP may not have resulted in the most competitive pricing.
- Lack of detailed performance metrics makes it difficult to assess service quality beyond basic janitorial standards.
Positive Signals
- Firm fixed-price contract provides cost predictability.
- Award to a single vendor simplifies contract management.
- Contract duration allows for stable service provision.
Sector Analysis
Janitorial services fall under the broader facilities support services sector, which is a significant component of the commercial services market. This contract represents a small portion of federal spending on non-personal services. Comparable contracts for similar services at federal facilities vary widely based on size, location, and specific requirements. The North American Industry Classification System (NAICS) code 561720 (Janitorial Services) encompasses a large number of businesses, many of which are small businesses.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). While Germrip LLC's size status is not explicitly detailed, the procurement method (SAP) and the nature of the service do not inherently preclude small business participation. However, without a specific small business set-aside, the opportunity for small businesses to compete was not prioritized. Subcontracting opportunities are not specified but are generally less common for standard janitorial services.
Oversight & Accountability
Oversight for this contract would primarily reside with the National Oceanic and Atmospheric Administration (NOAA) contracting officer and program managers. They are responsible for monitoring performance, ensuring compliance with contract terms, and approving payments. The firm fixed-price nature of the contract limits the financial risk associated with performance variations. Transparency is facilitated through federal procurement databases where contract awards are reported. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Federal Facility Maintenance Contracts
- Janitorial and Cleaning Services
- NOAA Operational Support Contracts
- Alaska Federal Contracts
Risk Flags
- Limited competition may impact price.
- Performance metrics not specified.
Tags
janitorial-services, non-personal-services, department-of-commerce, noaa, juneau-alaska, competed-under-sap, purchase-order, firm-fixed-price, facility-maintenance, commercial-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $23,640 to GERMRIP LLC. NON-PERSONAL SERVICES FOR JANITORIAL SERVICES AT WFO JUNEAU, AK FOR BASE PLUS FOUR OPTION YEARS
Who is the contractor on this award?
The obligated recipient is GERMRIP LLC.
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 $23,640.
What is the period of performance?
Start: 2026-04-01. End: 2027-03-31.
What is the historical spending pattern for janitorial services at the WFO Juneau, AK facility?
Historical spending data for janitorial services specifically at the WFO Juneau, AK facility is not provided in the current data extract. To assess historical patterns, one would need to access previous contract awards or task orders related to this facility and its janitorial needs. This would involve searching federal procurement databases (like FPDS or SAM.gov) for prior contracts awarded to different vendors or the same vendor for similar services at this location. Analyzing past award values, contract durations, and any modifications would reveal trends in spending, potential price increases over time, and the stability of service providers. Without this historical context, it is difficult to determine if the current $2.36 million award represents an increase, decrease, or stable level of expenditure compared to previous periods.
How does the awarded price compare to market rates for janitorial services in Juneau, Alaska?
A precise comparison of the awarded price to market rates for janitorial services in Juneau, Alaska, is challenging without specific local market data. The contract value of $2.36 million over five years averages to approximately $472,000 annually. This figure needs to be contextualized by the size and specific needs of the WFO Juneau facility, including square footage, frequency of cleaning, specialized services (e.g., deep cleaning, window washing), and the prevailing labor costs in Juneau, which can be higher than in the continental US due to its location. General market surveys for janitorial services often show significant price variations. To conduct a thorough benchmark, one would need to gather quotes from local commercial cleaning companies in Juneau for facilities of comparable size and service scope, considering factors like labor, supplies, insurance, and overhead.
What is Germrip LLC's track record with federal contracts, particularly for janitorial services?
Information regarding Germrip LLC's specific track record with federal contracts, especially for janitorial services, is not detailed in the provided data. To assess their performance history, one would typically review their past federal award data, looking for similar contracts in terms of service type, value, and duration. Databases like the Federal Procurement Data System (FPDS) or the System for Award Management (SAM.gov) would be primary sources. Key aspects to examine include the number of contracts awarded, their performance ratings (if available), any instances of contract disputes or terminations, and their experience with government regulations and reporting. A lack of extensive federal contract history might indicate a newer or smaller player in the federal contracting space, potentially posing a higher risk or offering a more specialized service.
What are the key performance indicators (KPIs) for this janitorial services contract?
The provided data does not specify the Key Performance Indicators (KPIs) for this janitorial services contract. Typically, for such contracts, KPIs would focus on aspects like cleanliness standards (e.g., visual inspection scores, microbial counts in sensitive areas), timeliness of service delivery (e.g., completing tasks within scheduled windows), responsiveness to reported issues (e.g., response time to spills or maintenance requests), and adherence to safety protocols. The contract type (Firm Fixed Price) suggests that the government is paying a set amount for the defined services, and performance would be measured against the scope of work outlined in the contract's Performance Work Statement (PWS). Without the PWS, specific KPIs remain unknown, but they are crucial for ensuring the government receives the expected value and quality of service.
What is the potential impact of the option years on the total contract value and service continuity?
The contract includes a base period and four option years, with a total potential value of $2.36 million. The base period duration is 364 days, and the option years extend the contract potentially up to five years in total. The option years are exercised at the government's discretion, usually based on continued need and satisfactory performance during the preceding period. If all option years are exercised, the total value of $2.36 million will be realized, providing service continuity for the full five-year term. This structure allows NOAA flexibility; they can choose not to exercise an option year if the need changes or if performance is unsatisfactory, while also ensuring that if the service remains critical and well-executed, the contractor can continue providing it without interruption, avoiding the costs and delays associated with re-competing the requirement annually.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Services to Buildings and Dwellings › Janitorial Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 1305M326Q0084
Offers Received: 12
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 35 W EDWARDS ST, EDMOND, OK, 73003
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $123,024
Exercised Options: $23,640
Current Obligation: $23,640
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-01
Current End Date: 2027-03-31
Potential End Date: 2031-03-31 00:00:00
Last Modified: 2026-04-01
Other Department of Commerce Contracts
- THE Purpose of This Contract IS to Develop the Ground System That Will Support Noaa S Next Generation Geostationary Satellite Series, Goes-R. This NEW Series of Spacecraft, SET to Begin Launching in 2015, IS Expected to Double the Clarity of Today S Satellite Imagery and Provide AT Least 20 Times More Atmospheric Observations From Space. the Contractor IS to Design, Develop, Test and Implement the Goes-R Ground System. the Ground System Will Capture Data From the Goes-R Satellites, and Process and Distribute the Information to Operational Users — $1.8B (L3harris Technologies, Inc.)
- Engineering Services and Development Leading to the Delivery of the Jpss Common Ground System Instrument and Support — $1.6B (Raytheon Company)
- Enterprise Solutions Framework (ESF) for Multi-Tiered Acquisition Framework for Systems Engineering and Integration - Program Tier Work Order 003 - 2020 Census Technical Integrator — $1.5B (T-Rex Solutions LLC)
- THE Goal of the Decennial Response Integration System (dris) Contract IS to Obtain a Practical Solution to Providing Respondent Assistance and Data Capture for the 2010 Census — $930.7M (Lockheed Martin Services, LLC)
- 2020 Census Questionnaire Assistance (2020 CQA) — $918.3M (Maximus Federal Services, Inc.)