DOJ's Bureau of Prisons awards $2.9M for Facilities Support Services to Chenega Analytic Business Solutions, LLC

Contract Overview

Contract Amount: $2,943,661 ($2.9M)

Contractor: Chenega Analytic Business Solutions, LLC

Awarding Agency: Department of Justice

Start Date: 2025-10-01

End Date: 2026-09-30

Contract Duration: 364 days

Daily Burn Rate: $8.1K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: EXERCISE OPTION YEAR #3 10/01/2025 - 09/30/2026

Place of Performance

Location: LORTON, FAIRFAX County, VIRGINIA, 22079

State: Virginia Government Spending

Plain-Language Summary

Department of Justice obligated $2.9 million to CHENEGA ANALYTIC BUSINESS SOLUTIONS, LLC for work described as: EXERCISE OPTION YEAR #3 10/01/2025 - 09/30/2026 Key points: 1. The contract is a delivery order under an existing contract, indicating a continuation of services. 2. The award is for facilities support services, a critical function for correctional institutions. 3. The fixed-price contract type aims to control costs for the government. 4. The specific value of $2.9M for a one-year option period suggests a significant scope of work.

Value Assessment

Rating: good

The contract value of $2.9M for a 12-month period appears reasonable for comprehensive facilities support services. Benchmarking against similar contracts for correctional facility maintenance and operations would provide a more precise assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was not available for competition, suggesting it was likely awarded under a pre-existing framework or to a specific vendor for continuity. This limits price discovery and potentially reduces competitive pressure.

Taxpayer Impact: The government is paying a firm fixed price, which provides cost certainty. However, the lack of competition may mean taxpayers are not receiving the lowest possible price.

Public Impact

Ensures continued operation and maintenance of federal prison facilities. Supports the safety and security of inmates and staff through reliable infrastructure. Maintains essential services like utilities, groundskeeping, and building upkeep.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition
  • Potential for unoptimized pricing

Positive Signals

  • Firm fixed price contract
  • Continuation of essential services

Sector Analysis

Facilities Support Services (NAICS 561210) encompass a broad range of services for maintaining and operating buildings and infrastructure. Spending in this sector is consistent across government agencies requiring physical facility management.

Small Business Impact

Information on small business participation is not provided in the data. Further analysis would be needed to determine if small businesses were involved as subcontractors or if the prime contractor is a small business.

Oversight & Accountability

The award is a delivery order under an existing contract, implying prior oversight. However, the limited competition aspect warrants scrutiny to ensure the pricing remains fair and reasonable.

Related Government Programs

  • Facilities Support Services
  • Department of Justice Contracting
  • Federal Prison System / Bureau of Prisons Programs

Risk Flags

  • Limited competition
  • Potential for price creep over contract duration
  • Reliance on a single vendor for critical services
  • Lack of transparency in award justification

Tags

facilities-support-services, department-of-justice, va, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $2.9 million to CHENEGA ANALYTIC BUSINESS SOLUTIONS, LLC. EXERCISE OPTION YEAR #3 10/01/2025 - 09/30/2026

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 $2.9 million.

What is the period of performance?

Start: 2025-10-01. End: 2026-09-30.

What was the original contract vehicle and the rationale for limiting competition on this delivery order?

The data indicates this is a delivery order, suggesting it was placed against a larger indefinite-delivery/indefinite-quantity (IDIQ) or similar contract. The rationale for 'NOT AVAILABLE FOR COMPETITION' needs to be documented by the agency, potentially citing reasons like urgency, sole-source justification, or specific set-aside requirements from the parent contract.

How does the per-unit cost of services compare to industry benchmarks for similar facilities?

Without specific line-item details or a breakdown of services provided, a direct per-unit cost comparison is difficult. However, the total award of $2.9M for 364 days of facilities support suggests a significant operational scale. Benchmarking against industry standards for correctional facility maintenance and operations would be necessary for a thorough assessment.

What performance metrics are in place to ensure the effectiveness of these facilities support services?

The provided data does not detail performance metrics or service level agreements (SLAs). Effective oversight would require clearly defined performance standards, regular monitoring, and mechanisms for addressing deficiencies to ensure the contractor meets the required level of service for facility operations and safety.

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: $2,943,661

Exercised Options: $2,943,661

Current Obligation: $2,943,661

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: 2025-10-01

Current End Date: 2026-09-30

Potential End Date: 2026-09-30 00:00:00

Last Modified: 2026-03-18

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