Interior Department awards $3.2M janitorial contract to NASCENCE GROUP LLC for 3 years
Contract Overview
Contract Amount: $32,256 ($32.3K)
Contractor: Nascence Group LLC
Awarding Agency: Department of the Interior
Start Date: 2023-06-16
End Date: 2026-07-31
Contract Duration: 1,141 days
Daily Burn Rate: $28/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 7
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: UPDATE TO INCLUDE SQUARE FOOTAGE AND FREQUENCY OF CLEANING.
Place of Performance
Location: ANDERSON, SHASTA County, CALIFORNIA, 96007
Plain-Language Summary
Department of the Interior obligated $32,256 to NASCENCE GROUP LLC for work described as: UPDATE TO INCLUDE SQUARE FOOTAGE AND FREQUENCY OF CLEANING. Key points: 1. Contract awarded under Simplified Acquisition Procedures (SAP), suggesting a focus on smaller procurements. 2. The firm fixed-price contract type provides cost certainty for the government. 3. The contract duration of over 3 years indicates a need for ongoing services. 4. The award was competed, suggesting potential for competitive pricing. 5. The geographic location is California, a large market for government services. 6. The North American Industry Classification System (NAICS) code 561720 points to standard janitorial services.
Value Assessment
Rating: fair
The contract value of $3.2 million over approximately three years averages to about $1.07 million annually. Without specific details on the scope of services, square footage, or frequency of cleaning, a precise value-for-money assessment is challenging. However, for janitorial services, this amount could be reasonable depending on the size and complexity of the facilities managed by the U.S. Fish and Wildlife Service in California. Benchmarking against similar contracts would require more granular data on service levels and locations.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was competed under Simplified Acquisition Procedures (SAP), which typically involves a broader range of potential bidders than sole-source or limited competition. While the specific number of bids received isn't provided, the fact that it was competed suggests that multiple vendors had the opportunity to submit proposals. This competitive process is intended to drive better pricing and service quality.
Taxpayer Impact: A competed contract generally benefits taxpayers by fostering competition that can lead to lower prices and more efficient service delivery compared to non-competitive awards.
Public Impact
The U.S. Fish and Wildlife Service facilities in California will receive janitorial services, ensuring a clean and safe working environment. This contract supports the operational needs of a federal agency focused on wildlife conservation and habitat management. The contract likely supports local employment in California through the contractor's workforce. The services provided contribute to the overall functioning and maintenance of federal government infrastructure.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed performance metrics or service level agreements makes it difficult to assess the quality of services delivered.
- The specific scope of work, including square footage and cleaning frequency, is not detailed in the provided data, hindering a full value assessment.
- Reliance on Simplified Acquisition Procedures might limit the pool of highly specialized or larger service providers, potentially impacting service breadth.
Positive Signals
- The contract was competed, indicating an effort to secure competitive pricing.
- The firm fixed-price contract type offers budget predictability for the government.
- The award to NASCENCE GROUP LLC suggests they met the government's requirements for janitorial services.
Sector Analysis
The janitorial services sector is a significant part of the facilities management industry, characterized by a mix of large national providers and numerous smaller, local businesses. Government contracts for these services are common across various agencies and locations. Spending in this sector is driven by the need to maintain federal buildings, offices, and facilities, ensuring operational readiness and a safe environment. The value of this contract falls within the typical range for medium-sized service agreements, especially when considering the ongoing nature of janitorial needs.
Small Business Impact
The provided data does not indicate if this contract was specifically set aside for small businesses, nor does it detail subcontracting plans. However, the use of Simplified Acquisition Procedures (SAP) often involves small businesses, either as prime contractors or subcontractors. Further analysis would be needed to determine the extent of small business participation and its impact on the small business ecosystem.
Oversight & Accountability
Oversight for this contract would typically be managed by the U.S. Fish and Wildlife Service contracting officer and potentially an assigned contract specialist. Performance monitoring would likely involve regular inspections and feedback mechanisms to ensure services meet the contract's requirements. Transparency is generally maintained through contract databases, though specific performance reports may not always be publicly accessible.
Related Government Programs
- Federal Building Maintenance Contracts
- Government Cleaning Services
- Facilities Management Contracts
- Department of the Interior Procurement
Risk Flags
- Lack of detailed scope of work
- Absence of specific performance metrics
- Potential limitations of SAP for complex needs
Tags
janitorial-services, facilities-management, department-of-the-interior, u-s-fish-and-wildlife-service, california, competed, purchase-order, firm-fixed-price, simplified-acquisition-procedures, ongoing-services, service-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $32,256 to NASCENCE GROUP LLC. UPDATE TO INCLUDE SQUARE FOOTAGE AND FREQUENCY OF CLEANING.
Who is the contractor on this award?
The obligated recipient is NASCENCE GROUP LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (U.S. Fish and Wildlife Service).
What is the total obligated amount?
The obligated amount is $32,256.
What is the period of performance?
Start: 2023-06-16. End: 2026-07-31.
What is the specific scope of janitorial services required under this contract, including square footage and frequency of cleaning?
The provided data indicates an 'UPDATE TO INCLUDE SQUARE FOOTAGE AND FREQUENCY OF CLEANING' but does not contain the specific details. To fully assess the contract's value and performance, understanding the exact square footage of the facilities to be cleaned, the types of services required (e.g., daily, weekly, monthly cleaning tasks), and any specialized cleaning needs is crucial. This information would allow for a more accurate comparison to market rates and an evaluation of whether the $3.2 million award is commensurate with the work performed.
How does the per-square-foot cleaning cost compare to industry benchmarks for similar federal facilities in California?
Without the specific square footage and detailed service requirements, calculating a precise per-square-foot cleaning cost is not possible. However, if the square footage were known, it could be divided into the total contract value (or annual value) to derive a cost per square foot. This figure could then be benchmarked against industry standards for commercial or government janitorial services in the California region. Factors such as the type of facility (e.g., office, laboratory, visitor center), the level of cleaning required (e.g., standard, high-traffic, specialized), and the frequency of service would all influence the benchmark comparison.
What is the track record of NASCENCE GROUP LLC in performing similar federal janitorial contracts?
Information regarding NASCENCE GROUP LLC's specific track record on similar federal contracts is not detailed in the provided data. A comprehensive assessment would involve reviewing past performance evaluations, contract history, and any reported issues or successes on previous government procurements. Understanding their experience with contracts of similar size, scope, and duration, particularly within federal agencies, would provide insight into their capability to meet the requirements of this U.S. Fish and Wildlife Service contract.
What were the key evaluation criteria used in the competition for this janitorial services contract?
The provided data states the contract was 'COMPETED UNDER SAP' (Simplified Acquisition Procedures) and awarded as a 'PURCHASE ORDER' with a 'FIRM FIXED PRICE'. While SAP allows for various evaluation methods, the specific criteria used for this contract are not detailed. Typically, for SAP procurements, evaluation might focus on price, past performance, and technical approach. The firm fixed-price nature suggests that price would be a significant factor, but the relative importance of other criteria like technical capability and past performance would depend on the specific solicitation.
Are there any specific performance metrics or Key Performance Indicators (KPIs) associated with this contract?
The provided data does not specify any performance metrics or Key Performance Indicators (KPIs) for this janitorial services contract. In government contracts, KPIs are essential for objectively measuring the contractor's performance and ensuring the government receives the expected level of service. Common KPIs for janitorial services might include response times to reported issues, cleanliness scores based on inspections, adherence to schedules, and proper waste management. Without defined KPIs, assessing the contractor's performance and value for money becomes more subjective.
How does the total contract value of $3.2 million compare to historical federal spending on janitorial services in California?
Comparing the $3.2 million total contract value to historical federal spending on janitorial services in California requires access to broader federal procurement data. This specific contract represents a portion of the overall federal expenditure in this category within the state. To provide context, one would need to aggregate spending data for similar NAICS codes (e.g., 561720) awarded by all federal agencies in California over the contract's duration (2023-2026) and compare this contract's value as a percentage or absolute amount. This would help determine if this award is typical, high, or low relative to the broader federal spending landscape.
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: 140FS123P0180
Offers Received: 7
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1420 N COOPER ST STE 104, ARLINGTON, TX, 76011
Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Economically Disadvantaged Women Owned Small Business, HUBZone Firm, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $53,760
Exercised Options: $32,256
Current Obligation: $32,256
Actual Outlays: $26,880
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2023-06-16
Current End Date: 2026-07-31
Potential End Date: 2028-07-31 00:00:00
Last Modified: 2026-04-01
More Contracts from Nascence Group LLC
- Award for Landscape Maintenance, Snow Removal and Sanding Services AT Denver Artcc and Junior Jets Child Development Center, Longmont, Colorado. Base Plus 4 Option Year Contract — $268.6K (Department of Transportation)
- RP# 26-0130 FY 26 Solid Waste Disposal MDC Guaynabo P1 Waste Disposal Nascence Group — $21.3K (Department of Justice)
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.)