Seneca Federal Solutions awarded $3M for religious support equipment modernization, including organ refurbishment

Contract Overview

Contract Amount: $3,002,697 ($3.0M)

Contractor: Seneca Federal Solutions, LLC

Awarding Agency: Department of the Interior

Start Date: 2023-09-25

End Date: 2025-12-19

Contract Duration: 816 days

Daily Burn Rate: $3.7K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: RELIGIOUS SUPPORT EQUIPMENT MODERNIZATION INITIAL TASK ORDER - INCLUDES: HOLY TRINITY WEST POINT ORGAN REFURBISHMENT, JOINT-BASE MYER-HENDERSON HALL, VA OLD POST CHAPEL AND MEMORIAL CHAPEL, FORT IRWIN, CA BLACK HORSE CHAPEL, CENTER MAIN CHAPEL (MAIN

Place of Performance

Location: CHANTILLY, FAIRFAX County, VIRGINIA, 20151

State: Virginia Government Spending

Plain-Language Summary

Department of the Interior obligated $3.0 million to SENECA FEDERAL SOLUTIONS, LLC for work described as: RELIGIOUS SUPPORT EQUIPMENT MODERNIZATION INITIAL TASK ORDER - INCLUDES: HOLY TRINITY WEST POINT ORGAN REFURBISHMENT, JOINT-BASE MYER-HENDERSON HALL, VA OLD POST CHAPEL AND MEMORIAL CHAPEL, FORT IRWIN, CA BLACK HORSE CHAPEL, CENTER MAIN CHAPEL (MAIN Key points: 1. Contract focuses on specialized equipment for religious facilities, indicating a niche but essential service. 2. The award is a delivery order against an existing contract, suggesting a streamlined procurement process. 3. Fixed-price contract type aims to control costs, but the specific value-for-money assessment requires further benchmarking. 4. Limited competition raises questions about optimal price discovery and potential for cost savings. 5. The duration of the contract (over two years) allows for phased implementation and potential for adjustments. 6. Modernization efforts suggest a need to update aging infrastructure and equipment within religious support services.

Value Assessment

Rating: fair

The contract value of approximately $3 million for religious support equipment modernization appears reasonable for specialized refurbishment and equipment acquisition. However, without specific details on the scope of 'organ refurbishment' and other equipment, direct comparison to similar contracts is challenging. Benchmarking against typical costs for audio-visual equipment upgrades and specialized facility maintenance would provide a clearer picture of value for money. The fixed-price nature of the contract provides cost certainty for the government.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when only one vendor possesses the necessary specialized capabilities, proprietary technology, or when urgency dictates a rapid award. The lack of competition means that the government did not benefit from a bidding process that could have driven down prices through market forces.

Taxpayer Impact: Sole-source awards can potentially lead to higher prices for taxpayers as there is less pressure on the contractor to offer the most competitive rate. It also limits opportunities for other businesses to secure government contracts.

Public Impact

Military personnel and their families will benefit from updated and functional religious facilities. Services include the refurbishment of organs and modernization of audio-visual equipment in chapels. The contract impacts multiple installations, including Joint Base Myer-Henderson Hall and Fort Irwin, CA. Workforce implications are likely limited to specialized technicians for equipment installation and refurbishment.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls within the broader category of professional, scientific, and technical services, specifically related to facility maintenance and specialized equipment. The market for religious support equipment modernization is niche, often involving specialized contractors with expertise in acoustics, organ repair, and audio-visual systems for unique environments like chapels. Comparable spending benchmarks are difficult to establish due to the specialized nature, but general facility maintenance and upgrade contracts can range significantly based on scope and complexity.

Small Business Impact

The contract was awarded to Seneca Federal Solutions, LLC, and there is no indication of a small business set-aside. The sole-source nature of the award further suggests that opportunities for small business subcontracting may be limited unless Seneca Federal Solutions proactively engages them. The impact on the small business ecosystem is likely minimal given the specialized and non-competitive award.

Oversight & Accountability

Oversight for this contract would typically fall under the contracting officer and the relevant agency's procurement oversight mechanisms within the Department of the Interior. Accountability is managed through the terms of the firm-fixed-price contract, requiring delivery of specified goods and services. Transparency is limited by the sole-source nature of the award, but contract details should be publicly available through federal procurement databases. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

religious-support, equipment-modernization, organ-refurbishment, sole-source, delivery-order, fixed-price, department-of-the-interior, audio-video-equipment, facility-maintenance, military-chapel

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $3.0 million to SENECA FEDERAL SOLUTIONS, LLC. RELIGIOUS SUPPORT EQUIPMENT MODERNIZATION INITIAL TASK ORDER - INCLUDES: HOLY TRINITY WEST POINT ORGAN REFURBISHMENT, JOINT-BASE MYER-HENDERSON HALL, VA OLD POST CHAPEL AND MEMORIAL CHAPEL, FORT IRWIN, CA BLACK HORSE CHAPEL, CENTER MAIN CHAPEL (MAIN

Who is the contractor on this award?

The obligated recipient is SENECA FEDERAL SOLUTIONS, LLC.

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: 2023-09-25. End: 2025-12-19.

What is the specific scope of work for the 'organ refurbishment' and what is the estimated cost allocated to this component?

The provided data does not detail the specific scope of work for the 'organ refurbishment' or break down the cost allocation for this particular component. The total award is $3,007,269.15 for the modernization of religious support equipment, which includes the organ refurbishment. To assess the value and efficiency of this aspect, further details on the type of organ, the extent of refurbishment required (e.g., mechanical, tonal, cosmetic), and the specific tasks involved would be necessary. Without this granular information, it is difficult to benchmark the cost against industry standards for organ restoration or replacement.

How does the pricing of this contract compare to similar religious support equipment modernization projects or organ refurbishments?

Direct comparison of pricing is challenging due to the sole-source nature of this award and the lack of publicly available data on comparable projects. Typically, organ refurbishment costs can vary widely, from tens of thousands to hundreds of thousands of dollars, depending on the size, complexity, and historical significance of the instrument. Specialized audio-visual equipment for chapels also has a broad price range. As this was not competed, there is no benchmark from competing bids to assess if Seneca Federal Solutions' pricing is competitive. A thorough value-for-money analysis would require benchmarking against market rates for similar specialized services.

What are the key performance indicators (KPIs) or metrics used to evaluate the success of this contract?

The provided data does not specify the key performance indicators (KPIs) or metrics for evaluating the success of this contract. However, for a contract involving equipment modernization and refurbishment, typical KPIs would likely include on-time completion of milestones, adherence to budget, quality of installation and refurbishment work (e.g., functionality of refurbished organs, clarity of audio-visual systems), and user satisfaction from the religious support staff and congregants. Contractual deliverables and acceptance criteria would form the basis for performance evaluation.

What is the track record of Seneca Federal Solutions, LLC in performing similar religious support equipment modernization or specialized AV installation contracts?

Information regarding Seneca Federal Solutions, LLC's specific track record in religious support equipment modernization or specialized AV installation contracts is not detailed in the provided data. As a sole-source award, the justification for selecting this contractor likely hinged on their unique qualifications or existing relationship. A deeper dive into their past performance, particularly on government contracts of similar scope and complexity, would be necessary to fully assess their capability and reliability for this specific task.

What is the historical spending pattern for religious support equipment modernization across the Department of the Interior or other relevant agencies?

The provided data does not include historical spending patterns for religious support equipment modernization. This specific contract, valued at approximately $3 million, appears to be a significant investment for such a niche area. To understand historical spending, one would need to analyze federal procurement databases (like FPDS or USASpending) for similar contract actions over several fiscal years, potentially across different agencies that operate military bases or government facilities with chapels. This would help contextualize the current award within broader trends and budget allocations for religious support infrastructure.

Industry Classification

NAICS: ManufacturingAudio and Video Equipment ManufacturingAudio and Video Equipment Manufacturing

Product/Service Code: COMM/DETECT/COHERENT RADIATION

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 14200 PARK MEADOW DR STE 125-N, CHANTILLY, VA, 20151

Business Categories: 8(a) Program Participant, American Indian Owned Business, Category Business, Government, Native American Tribal Government, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Sole Proprietorship, Special Designations, Tribally Owned Firm, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $3,002,697

Exercised Options: $3,002,697

Current Obligation: $3,002,697

Actual Outlays: $3,002,697

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 140D0423D0102

IDV Type: IDC

Timeline

Start Date: 2023-09-25

Current End Date: 2025-12-19

Potential End Date: 2025-12-19 00:00:00

Last Modified: 2026-03-31

More Contracts from Seneca Federal Solutions, LLC

View all Seneca Federal Solutions, LLC federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending