Interior Department awards $3M elevator maintenance contract to Warfield & Sanford, Inc. for 5 years
Contract Overview
Contract Amount: $3,004,005 ($3.0M)
Contractor: Warfield & Sanford, Inc.
Awarding Agency: Department of the Interior
Start Date: 2021-04-18
End Date: 2026-06-17
Contract Duration: 1,886 days
Daily Burn Rate: $1.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 7
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ELEVATOR MAINTENANCE
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20240
Plain-Language Summary
Department of the Interior obligated $3.0 million to WARFIELD & SANFORD, INC. for work described as: ELEVATOR MAINTENANCE Key points: 1. Contract value appears reasonable for a 5-year elevator maintenance agreement in a major metropolitan area. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract is firm-fixed-price, which shifts cost risk to the contractor. 4. The contractor, Warfield & Sanford, Inc., is categorized under 'Other Building Equipment Contractors'. 5. The contract duration of 1886 days (approx. 5 years) is standard for this type of service. 6. The contract is not set aside for small businesses.
Value Assessment
Rating: good
The contract value of approximately $3 million over five years for elevator maintenance in Washington D.C. seems within a reasonable range for such services. Without specific details on the number of elevators, their complexity, and the scope of maintenance required, a precise benchmark is difficult. However, comparing it to similar large-scale building maintenance contracts, the per-year cost of roughly $600,000 appears competitive, especially given the firm-fixed-price structure which includes contractor risk.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of 7 bidders suggests a healthy level of competition for this service. A competitive bidding process generally leads to better price discovery and potentially more favorable terms for the government.
Taxpayer Impact: The use of full and open competition ensures that taxpayer dollars are likely being used efficiently by leveraging market forces to secure the best possible price and service for elevator maintenance.
Public Impact
Federal employees and visitors in Department of the Interior facilities in Washington D.C. will benefit from reliable elevator operations. The contract ensures the ongoing maintenance and repair of elevators, crucial for building accessibility and safety. The primary geographic impact is within the District of Columbia. The contract supports jobs within the elevator maintenance and repair industry, likely benefiting skilled technicians and support staff.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for price increases in future contract renewals if market conditions change.
- Dependence on a single contractor for a critical building service could pose a risk if performance issues arise.
Positive Signals
- Firm-fixed-price contract structure limits cost overruns for the government.
- Full and open competition with multiple bidders suggests a competitive market for this service.
- Contract duration provides stability for service delivery.
Sector Analysis
The elevator maintenance sector is a vital part of the broader building operations and maintenance industry. This contract falls under the 'Other Building Equipment Contractors' category, which includes services for maintaining and repairing various building systems. The market for such services is generally stable, driven by the need to ensure the safety, functionality, and longevity of commercial and government buildings. Spending benchmarks for elevator maintenance can vary significantly based on the size and type of building, as well as the geographic location.
Small Business Impact
This contract was not set aside for small businesses, and the data indicates no explicit subcontracting requirements for small businesses were mandated. This means that larger firms were eligible to bid and potentially win the contract without specific provisions to engage small businesses. The impact on the small business ecosystem is neutral in this instance, as there was no specific set-aside or encouragement for small business participation.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the contract administration team within the Department of the Interior. Performance monitoring, adherence to service level agreements, and invoice verification are standard accountability measures. Transparency is generally maintained through contract award databases, though specific performance metrics and detailed inspection reports may not always be publicly accessible.
Related Government Programs
- Federal Building Maintenance Contracts
- General Services Administration (GSA) Building Operations
- Department of Defense Facilities Management
- Elevator and Escalator Repair Services
Risk Flags
- Potential for performance issues impacting critical building functions.
- Risk of unforeseen repair costs exceeding fixed-price contract allowances.
- Dependence on contractor's financial stability and workforce availability.
Tags
elevator-maintenance, department-of-the-interior, district-of-columbia, full-and-open-competition, firm-fixed-price, building-equipment-contractors, service-contract, long-term-contract, federal-agency, operations-and-maintenance
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $3.0 million to WARFIELD & SANFORD, INC.. ELEVATOR MAINTENANCE
Who is the contractor on this award?
The obligated recipient is WARFIELD & SANFORD, INC..
Which agency awarded this contract?
Awarding agency: Department of the Interior (Departmental Offices).
What is the total obligated amount?
The obligated amount is $3.0 million.
What is the period of performance?
Start: 2021-04-18. End: 2026-06-17.
What is the track record of Warfield & Sanford, Inc. with federal contracts, particularly for elevator maintenance?
A review of federal procurement data indicates that Warfield & Sanford, Inc. has received multiple federal contracts, primarily within the building equipment and maintenance categories. While specific details on the performance history for each contract are not always publicly available, the award of this significant contract by the Department of the Interior suggests a satisfactory performance record or competitive positioning. Further investigation into past performance evaluations, if accessible through government databases like the Contractor Performance Assessment Reporting System (CPARS), would provide a more definitive assessment of their track record.
How does the awarded price compare to similar elevator maintenance contracts for federal agencies?
The awarded value of approximately $3 million over five years, equating to roughly $600,000 annually, needs to be contextualized by the scope of services and the number/type of elevators maintained. Without these specifics, a direct comparison is challenging. However, for a large federal agency in a high-cost-of-living area like Washington D.C., this figure appears to be within a reasonable market range. Contracts for similar services can range widely, from tens of thousands for single buildings to millions for extensive portfolios. The firm-fixed-price nature also suggests the government has secured predictable costs.
What are the primary risks associated with this elevator maintenance contract?
Key risks include potential underperformance by the contractor, leading to elevator downtime and disruption of services within Department of the Interior facilities. There's also a risk of unforeseen maintenance issues requiring more extensive repairs than initially budgeted within the fixed-price contract, potentially leading to disputes or requests for contract modifications. Furthermore, a sole reliance on one contractor for a critical infrastructure component like elevators introduces operational risk if the contractor faces financial instability or significant labor issues. Ensuring robust oversight and clear performance metrics are crucial to mitigate these risks.
How effective is the firm-fixed-price (FFP) contract type in managing costs for elevator maintenance?
The firm-fixed-price (FFP) contract type is generally effective in managing costs for services like elevator maintenance where the scope of work is well-defined and predictable. Under an FFP contract, the contractor assumes the primary risk for cost overruns. This provides the government with cost certainty, as the price is fixed regardless of the contractor's actual costs. For routine maintenance and predictable repairs, FFP is advantageous. However, if unexpected major repairs arise that were not reasonably foreseeable, it could lead to contractor requests for equitable adjustments or potential disputes, though the initial price is intended to cover anticipated risks.
What is the historical spending pattern for elevator maintenance by the Department of the Interior?
Analyzing historical spending patterns for elevator maintenance by the Department of the Interior would require access to detailed procurement data over several fiscal years. Without that specific data, it's difficult to provide a precise trend. However, federal agencies typically maintain elevator systems across their facilities, necessitating ongoing contracts for maintenance and repair. Spending levels are generally influenced by the number and age of buildings, the complexity of elevator systems, and prevailing market rates for maintenance services. It's reasonable to assume consistent, albeit potentially fluctuating, annual expenditures for such essential services.
What does the level of competition (7 bidders) indicate about the market for elevator maintenance services?
The fact that seven bidders competed for this elevator maintenance contract suggests a reasonably competitive market for these services within the Washington D.C. metropolitan area. A higher number of bidders generally indicates that multiple companies are capable of performing the work and are actively seeking government contracts. This level of competition is beneficial for the government as it tends to drive down prices and encourage higher quality service offerings. It also suggests that barriers to entry for qualified firms are not excessively high, allowing for a healthy ecosystem of service providers.
Industry Classification
NAICS: Construction › Building Equipment Contractors › Other Building Equipment Contractors
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 140D0421Q0223
Offers Received: 7
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2133 9TH ST NW, WASHINGTON, DC, 20001
Business Categories: Category Business, Self-Certified Small Disadvantaged Business, Small Business, Small Disadvantaged Business, Special Designations, Woman Owned Business
Financial Breakdown
Contract Ceiling: $4,849,119
Exercised Options: $3,004,005
Current Obligation: $3,004,005
Actual Outlays: $2,732,941
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS06F0083R
IDV Type: FSS
Timeline
Start Date: 2021-04-18
Current End Date: 2026-06-17
Potential End Date: 2026-06-17 00:00:00
Last Modified: 2026-03-18
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)