DOJ awards $2.66M to Chenega Analytic Business Solutions for Facilities Support Services, extending contract through FY25

Contract Overview

Contract Amount: $2,657,763 ($2.7M)

Contractor: Chenega Analytic Business Solutions, LLC

Awarding Agency: Department of Justice

Start Date: 2024-10-01

End Date: 2025-09-30

Contract Duration: 364 days

Daily Burn Rate: $7.3K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: EXERCISE OPTION YEAR #2 10/01/2024 - 09/30/2025

Place of Performance

Location: LORTON, FAIRFAX County, VIRGINIA, 22079

State: Virginia Government Spending

Plain-Language Summary

Department of Justice obligated $2.7 million to CHENEGA ANALYTIC BUSINESS SOLUTIONS, LLC for work described as: EXERCISE OPTION YEAR #2 10/01/2024 - 09/30/2025 Key points: 1. Contract value of $2.66M for one year represents a significant investment in facilities support. 2. The contract is a sole-source award, raising questions about potential cost efficiencies and market competition. 3. Performance is tied to the Federal Prison System, indicating a critical need for reliable support services. 4. The firm fixed-price contract type shifts cost risk to the contractor, potentially incentivizing efficiency. 5. This award is an option exercise, suggesting satisfactory past performance by the incumbent contractor.

Value Assessment

Rating: fair

The contract value of $2.66M for a single year of facilities support services appears to be within a reasonable range for a federal contract of this nature, especially given the specialized requirements of the Federal Prison System. However, without specific benchmarks for comparable facilities support contracts within correctional environments or detailed breakdowns of the services provided, a definitive value-for-money assessment is challenging. The firm fixed-price structure is a positive indicator for cost control, but the lack of competitive bidding limits the ability to benchmark against market rates.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning it was not openly competed. The data indicates it is a 'NOT AVAILABLE FOR COMPETITION' award. This approach is typically used when only one responsible source can fulfill the requirement. While this can ensure continuity of service, it limits the opportunity for other qualified vendors to bid and potentially offer more competitive pricing or innovative solutions. The lack of competition means price discovery is not driven by market forces.

Taxpayer Impact: For taxpayers, sole-source awards can potentially lead to higher costs compared to a competitive process, as the government does not benefit from the price reductions that competition often stimulates. It also reduces the visibility into whether the government is receiving the best possible value.

Public Impact

The primary beneficiaries are the Federal Prison System and the Bureau of Prisons, ensuring the continued operation and maintenance of correctional facilities. Services delivered likely include a range of facility management functions such as maintenance, repairs, custodial services, and potentially groundskeeping. The geographic impact is concentrated within the locations served by the Federal Prison System facilities managed under this contract. Workforce implications include the direct employment of personnel by Chenega Analytic Business Solutions to perform these services, potentially including skilled trades and support staff.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pressure, potentially impacting cost-effectiveness.
  • Lack of detailed service scope makes it difficult to assess performance metrics and value.
  • Reliance on a single contractor for critical facility support could pose continuity risks if performance issues arise.

Positive Signals

  • Option year exercise suggests satisfaction with incumbent contractor's performance.
  • Firm fixed-price contract type transfers cost overrun risk to the contractor.
  • Award to Chenega Analytic Business Solutions, an established government contractor, indicates a degree of reliability.

Sector Analysis

Facilities Support Services fall under the broader professional, scientific, and technical services sector. This sector is characterized by a wide range of service providers, from large corporations to small businesses, offering specialized expertise. The market size for federal facilities support services is substantial, driven by the government's extensive real estate portfolio. This contract fits within the niche of supporting government-operated facilities, particularly those with unique security and operational requirements like correctional institutions. Comparable spending benchmarks would typically involve analyzing other contracts for similar services provided to federal agencies, adjusted for scale and specific service inclusions.

Small Business Impact

This contract is not a small business set-aside, as indicated by 'ss': false and 'sb': false. Chenega Analytic Business Solutions, LLC is a large business. While there is no direct set-aside for small businesses in this specific award, large prime contractors are often required to meet subcontracting goals with small businesses. The extent to which Chenega will utilize small business subcontractors for this facilities support contract will determine the indirect impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract would primarily reside with the contracting agency, the Department of Justice, specifically the Federal Prison System/Bureau of Prisons. Performance monitoring, quality assurance, and invoice review are standard oversight mechanisms. As a delivery order under a larger contract vehicle, the initial award and subsequent option exercises would have undergone review. Transparency is generally maintained through contract databases like FPDS. The Inspector General for the Department of Justice may have jurisdiction for audits or investigations if concerns regarding fraud, waste, or abuse arise.

Related Government Programs

  • Federal Prison System Operations
  • Bureau of Prisons Facilities Management
  • Department of Justice Support Services
  • Government Facilities Maintenance Contracts
  • Correctional Facility Services

Risk Flags

  • Sole-source award limits competition.
  • Lack of detailed service scope hinders value assessment.
  • Potential for higher costs due to non-competitive nature.

Tags

facilities-support-services, department-of-justice, bureau-of-prisons, chenega-analytic-business-solutions, sole-source, option-year, firm-fixed-price, federal-prison-system, virginia, professional-services, correctional-facilities

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $2.7 million to CHENEGA ANALYTIC BUSINESS SOLUTIONS, LLC. EXERCISE OPTION YEAR #2 10/01/2024 - 09/30/2025

Who is the contractor on this award?

The obligated recipient is CHENEGA ANALYTIC BUSINESS SOLUTIONS, LLC.

Which agency awarded this contract?

Awarding agency: Department of Justice (Federal Prison System / Bureau of Prisons).

What is the total obligated amount?

The obligated amount is $2.7 million.

What is the period of performance?

Start: 2024-10-01. End: 2025-09-30.

What is the historical spending trend for this specific contract vehicle or for Chenega Analytic Business Solutions supporting the Federal Prison System?

Analyzing historical spending requires access to detailed contract data beyond the current award. If this is an option exercise, previous years would have seen similar or potentially lower annual values. Chenega Analytic Business Solutions has a significant contract history with the federal government across various agencies and service types. To understand the trend specifically for the Federal Prison System, one would need to examine prior delivery orders or contract modifications under the parent contract (if applicable) or previous sole-source awards for similar services. Without that granular data, we can only infer that spending has been consistent enough to warrant exercising this option. A review of FPDS or other federal procurement databases would be necessary to establish a multi-year spending pattern and identify any significant increases or decreases.

How does the per-unit cost of services compare to industry benchmarks for facilities support in correctional environments?

A precise per-unit cost comparison is challenging without a detailed breakdown of the services provided and their associated quantities (e.g., cost per square foot for custodial services, cost per maintenance hour for HVAC repair). The $2.66 million contract value covers a full year of services for potentially multiple facilities. Industry benchmarks for correctional facilities are often higher than for standard commercial properties due to heightened security requirements, specialized maintenance needs, and operational constraints. Chenega Analytic Business Solutions, as a sole-source provider in this instance, does not provide a competitive benchmark. To perform this analysis, one would need to obtain detailed service level agreements and pricing structures, then compare them against industry reports or data from competitively awarded contracts for similar correctional facility support services, adjusting for geographic location and facility size.

What are the key performance indicators (KPIs) used to evaluate Chenega Analytic Business Solutions' performance under this contract?

While the specific Key Performance Indicators (KPIs) are not detailed in the provided data, federal contracts for facilities support services typically include metrics related to response times for maintenance requests, completion rates for scheduled preventive maintenance, quality of janitorial services (e.g., cleanliness scores), adherence to safety protocols, and overall client satisfaction. For a sole-source contract like this, the Bureau of Prisons would have established specific performance standards and monitoring procedures. These KPIs are crucial for ensuring that the contractor is meeting the government's needs effectively and efficiently. Performance evaluations are usually documented and inform decisions about future contract awards or option exercises. The exercise of this option year suggests that performance has met or exceeded the established KPIs.

What is the risk associated with relying on a sole-source award for critical facilities support in a high-security environment like a federal prison?

The primary risk associated with a sole-source award for critical facilities support in a high-security environment is the potential lack of competitive pressure, which could lead to suboptimal pricing or service levels over time. If the incumbent contractor experiences performance issues, financial instability, or decides not to continue the service, the government faces significant challenges in transitioning to a new provider quickly, potentially disrupting essential operations. Furthermore, without competition, there's less incentive for the contractor to innovate or proactively seek cost efficiencies. However, the government mitigates some risk by exercising options only after assessing past performance, implying a level of trust and satisfaction with the current provider's ability to meet the demanding requirements of a federal prison.

Has Chenega Analytic Business Solutions had any past performance issues or contract disputes with the Federal Prison System or other federal agencies?

Assessing Chenega Analytic Business Solutions' past performance requires a review of their contract history, which is typically available through federal procurement databases (e.g., FPDS, CPARS). While the exercise of an option year suggests satisfactory performance on this specific contract, it doesn't preclude past issues on other contracts. Companies of Chenega's size often have a diverse portfolio of federal work. Any significant past performance issues, such as unresolved disputes, major quality deficiencies, or termination for default, would likely be documented and could impact future sole-source decisions or competitive bidding processes. A thorough due diligence would involve checking performance evaluation reports and any publicly available records of disputes or litigation involving the contractor and federal agencies.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities Support Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)MANAGEMENT SUPPORT SERVICES

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 15BNAS22R00000024

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 10505 FURNACE RD, LORTON, VA, 22079

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

Financial Breakdown

Contract Ceiling: $2,657,763

Exercised Options: $2,657,763

Current Obligation: $2,657,763

Actual Outlays: $1,498,115

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NOT OBTAINED - WAIVED

Parent Contract

Parent Award PIID: 15BNAS22D00000174

IDV Type: IDC

Timeline

Start Date: 2024-10-01

Current End Date: 2025-09-30

Potential End Date: 2025-09-30 00:00:00

Last Modified: 2026-02-09

More Contracts from Chenega Analytic Business Solutions, LLC

View all Chenega Analytic Business Solutions, LLC federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending