Interior's National Park Service awards $1.24M for Statue of Liberty elevator maintenance to Mid-American Elevator
Contract Overview
Contract Amount: $123,800 ($123.8K)
Contractor: Mid-American Elevator Company, Inc.
Awarding Agency: Department of the Interior
Start Date: 2025-04-28
End Date: 2027-03-06
Contract Duration: 677 days
Daily Burn Rate: $183/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: ELEVATOR MAINTENANCE SERVICES FOR THE STATUE OF LIBERTY NATIONAL MONUMENT AND ELLIS ISLAND.
Place of Performance
Location: NEW YORK, NEW YORK County, NEW YORK, 10004
State: New York Government Spending
Plain-Language Summary
Department of the Interior obligated $123,800 to MID-AMERICAN ELEVATOR COMPANY, INC. for work described as: ELEVATOR MAINTENANCE SERVICES FOR THE STATUE OF LIBERTY NATIONAL MONUMENT AND ELLIS ISLAND. Key points: 1. Contract awarded for essential maintenance of historic landmark elevators. 2. Sole-source award raises questions about competition and potential cost savings. 3. Risk of service disruption if maintenance is inadequate. 4. Facilities Support Services sector, with a focus on specialized maintenance.
Value Assessment
Rating: questionable
The contract is a Time and Materials award, which can lead to cost overruns if not closely monitored. Benchmarking against similar specialized elevator maintenance contracts is difficult without more detailed cost breakdowns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
The contract was not competed under Simplified Acquisition Procedures, indicating a sole-source award. This limits price discovery and potentially leads to higher costs for taxpayers.
Taxpayer Impact: The lack of competition may result in higher than necessary spending for these critical maintenance services.
Public Impact
Ensures continued public access to iconic national monuments. Supports tourism and the visitor experience at Statue of Liberty and Ellis Island. Preserves historic infrastructure through specialized maintenance.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition.
- Time and Materials contract type can inflate costs.
- Lack of clear performance metrics in provided data.
Positive Signals
- Essential service for national monuments.
- Contract duration provides stability for maintenance.
Sector Analysis
This contract falls under Facilities Support Services, specifically specialized maintenance for critical infrastructure. Spending in this sector can vary widely based on the complexity and age of the facilities requiring upkeep.
Small Business Impact
The awardee, Mid-American Elevator Company, Inc., is not identified as a small business in the provided data. There is no indication that small businesses were considered or solicited for this contract.
Oversight & Accountability
Oversight is crucial for Time and Materials contracts to ensure costs remain within reasonable bounds and that services are delivered effectively. The National Park Service should have robust monitoring mechanisms in place.
Related Government Programs
- Facilities Support Services
- Department of the Interior Contracting
- National Park Service Programs
Risk Flags
- Lack of competition
- Time and Materials contract type
- Potential for cost overruns
- No clear performance metrics provided
- No small business consideration indicated
Tags
facilities-support-services, department-of-the-interior, ny, purchase-order, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $123,800 to MID-AMERICAN ELEVATOR COMPANY, INC.. ELEVATOR MAINTENANCE SERVICES FOR THE STATUE OF LIBERTY NATIONAL MONUMENT AND ELLIS ISLAND.
Who is the contractor on this award?
The obligated recipient is MID-AMERICAN ELEVATOR COMPANY, INC..
Which agency awarded this contract?
Awarding agency: Department of the Interior (National Park Service).
What is the total obligated amount?
The obligated amount is $123,800.
What is the period of performance?
Start: 2025-04-28. End: 2027-03-06.
What is the justification for the sole-source award, and were alternative competitive strategies explored?
The justification for a sole-source award is not provided in the data. Typically, sole-source contracts are used when only one responsible source can provide the required supplies or services. Agencies must document the rationale and explore competitive options before resorting to sole-sourcing to ensure fair and reasonable pricing.
How will the National Park Service ensure cost control and value for money with a Time and Materials contract?
The National Park Service must implement stringent oversight, including detailed tracking of labor hours and material costs, and establish clear ceiling prices. Regular performance reviews and comparison against industry benchmarks for similar services are essential to mitigate the risk of cost overruns and ensure taxpayer funds are used efficiently.
What are the key performance indicators (KPIs) for this elevator maintenance contract, and how will they be measured?
The provided data does not specify the key performance indicators (KPIs) for this contract. Effective oversight requires clearly defined KPIs related to response times, repair completion rates, equipment uptime, and safety compliance. These metrics should be regularly monitored and reported to ensure the contractor meets service level expectations.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 140P4525Q0019
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 175 PRAIRIE LAKE RD UNIT A, EAST DUNDEE, IL, 60118
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $123,800
Exercised Options: $123,800
Current Obligation: $123,800
Actual Outlays: $36,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-04-28
Current End Date: 2027-03-06
Potential End Date: 2027-03-06 00:00:00
Last Modified: 2026-04-06
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.)