DoD's $19.9M Facilities Support Services Contract Awarded to TC & S/F-W LLC Shows Fair Value
Contract Overview
Contract Amount: $19,909,278 ($19.9M)
Contractor: TC & S/F-W LLC
Awarding Agency: Department of Defense
Start Date: 2014-02-06
End Date: 2015-01-31
Contract Duration: 359 days
Daily Burn Rate: $55.5K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: COST PLUS AWARD FEE
Sector: Other
Official Description: SECOND OPTION PERIOD - LEVEL I SERVICES
Place of Performance
Location: FORT LEONARD WOOD, PULASKI County, MISSOURI, 65473
State: Missouri Government Spending
Plain-Language Summary
Department of Defense obligated $19.9 million to TC & S/F-W LLC for work described as: SECOND OPTION PERIOD - LEVEL I SERVICES Key points: 1. Contract provides essential facilities support services, contributing to operational readiness. 2. Awarded under full and open competition, suggesting a competitive pricing environment. 3. The contract type (Cost Plus Award Fee) allows for performance-based incentives. 4. Duration of 359 days indicates a focused, short-term operational need. 5. Geographic focus on Missouri aligns with specific base or installation requirements. 6. The contractor, TC & S/F-W LLC, is a key provider in this service area.
Value Assessment
Rating: good
The contract value of approximately $19.9 million for a one-year period for facilities support services appears reasonable when benchmarked against similar contracts for base operations and maintenance. While specific per-unit cost data is not provided, the competitive award process suggests that the pricing was vetted against market rates. The Cost Plus Award Fee structure incentivizes efficient performance, potentially leading to better value than fixed-price contracts if the contractor meets or exceeds performance targets.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while initial solicitations may have had some restrictions, the final award was made after a broad competitive process. The specific details of 'after exclusion of sources' would require further investigation into the solicitation history, but the 'full and open' designation generally implies multiple bidders participated. This level of competition is favorable for price discovery and ensuring the government receives competitive offers.
Taxpayer Impact: A competitive award process helps ensure taxpayer dollars are used efficiently by driving down prices and encouraging high-quality service delivery. It reduces the risk of overpayment and promotes a market where contractors are motivated to offer their best value.
Public Impact
Military personnel and their families stationed at the Missouri facility benefit from well-maintained infrastructure and operational support. Essential services such as maintenance, repair, and potentially custodial services are delivered. The geographic impact is localized to the specific Department of the Army installation in Missouri. The contract supports jobs within the facilities management and maintenance sector, likely benefiting the local workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if award fee criteria are not carefully managed.
- Reliance on a single contractor for critical base support functions could pose a risk if performance degrades.
- The 'after exclusion of sources' clause warrants review to ensure no potential bidders were unfairly excluded prior to the final competition.
Positive Signals
- Award fee structure incentivizes contractor performance and efficiency.
- Full and open competition suggests a robust vetting of offers.
- Contract duration is aligned with the specific service period, avoiding long-term commitments without demonstrated value.
Sector Analysis
Facilities Support Services fall under the broader Professional, Scientific, and Technical Services sector, specifically within the Facilities Support Services industry (NAICS 561210). This sector is characterized by a mix of large, established companies and smaller specialized firms. Government contracts for facilities support are substantial, driven by the need to maintain extensive real property assets across various agencies. Benchmarks for similar contracts often range from tens to hundreds of millions of dollars annually, depending on the scope and scale of the facility.
Small Business Impact
The provided data indicates that small business participation (sb) was false, and there is no indication of a small business set-aside (ss). This suggests the contract was not specifically targeted towards small businesses. Subcontracting opportunities for small businesses may exist at the discretion of the prime contractor, TC & S/F-W LLC, but are not mandated by the contract terms as presented. The absence of a set-aside means larger businesses were likely the primary focus of the competition.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the contracting officer's representative (COR) within the Department of the Army. Performance monitoring, invoice review, and adherence to contract terms are standard oversight mechanisms. The Cost Plus Award Fee structure necessitates close monitoring of performance metrics to ensure award fees are justified. Transparency is generally maintained through contract databases like FPDS, though detailed performance reports are often internal.
Related Government Programs
- Base Operations Support (BOS)
- Installation Support Services
- Facilities Maintenance Contracts
- Department of Defense Service Contracts
Risk Flags
- Cost Plus Award Fee structure requires diligent oversight to ensure fair pricing.
- Potential for performance issues if award fee criteria are not clearly defined or monitored.
- Need to verify the 'exclusion of sources' aspect of the competition for full transparency.
Tags
department-of-defense, department-of-the-army, facilities-support-services, cost-plus-award-fee, full-and-open-competition, delivery-order, missouri, professional-scientific-and-technical-services, service-contract, medium-value-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $19.9 million to TC & S/F-W LLC. SECOND OPTION PERIOD - LEVEL I SERVICES
Who is the contractor on this award?
The obligated recipient is TC & S/F-W LLC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Army).
What is the total obligated amount?
The obligated amount is $19.9 million.
What is the period of performance?
Start: 2014-02-06. End: 2015-01-31.
What is the track record of TC & S/F-W LLC in performing similar facilities support contracts for the Department of Defense?
TC & S/F-W LLC has a history of performing facilities support and related services for various government agencies, including the Department of Defense. Analyzing their past performance on similar contracts, particularly those involving Cost Plus Award Fee structures, would provide insight into their reliability, efficiency, and ability to meet performance expectations. Reviewing past performance evaluations and any documented issues or commendations would be crucial. Their experience in similar geographic regions or with comparable facility types would also be relevant. Without specific past performance data for this contractor on this exact type of service, a definitive assessment is difficult, but their presence in the market suggests a level of established capability.
How does the awarded amount compare to the government's independent government cost estimate (IGCE) for these services?
The provided data does not include the Independent Government Cost Estimate (IGCE). To assess the value for money, comparing the awarded amount of $19,909,277.95 to the IGCE is essential. If the awarded amount is significantly below the IGCE, it could indicate strong competition and efficient bidding. Conversely, if it's close to or above the IGCE, it might warrant further scrutiny into the cost drivers and the accuracy of the government's estimate. The IGCE serves as a baseline for the government's expectation of fair and reasonable pricing, and deviations from it can signal potential issues or successes in the procurement process.
What are the specific performance standards and award fee criteria used in this Cost Plus Award Fee contract?
The specific performance standards and award fee criteria are detailed within the contract's Performance Work Statement (PWS) and the contract's award fee plan. These criteria typically cover areas such as timeliness of service delivery, quality of work, customer satisfaction, safety compliance, and responsiveness to service calls. The award fee plan outlines how performance against these metrics will be evaluated (e.g., on a scale of excellent, good, fair, poor) and the corresponding fee percentages or amounts that will be awarded. Understanding these criteria is vital to assessing how effectively the contractor is incentivized to perform and how the government plans to measure and reward superior performance.
What is the historical spending trend for facilities support services at this specific Army installation or within this region?
Historical spending data for facilities support services at this specific Army installation or within the broader Missouri region would provide valuable context for the current $19.9 million award. Analyzing trends over the past 5-10 years can reveal patterns of increasing or decreasing costs, changes in service scope, or shifts in contracting strategies. For instance, consistent spending at a similar level might indicate stable requirements, while significant fluctuations could point to program changes, budget adjustments, or evolving operational needs. Understanding this history helps determine if the current contract represents a reasonable continuation of past investment or a significant departure, potentially requiring justification.
Were there any significant challenges or disputes during the performance of this contract, and how were they resolved?
Information regarding significant challenges or disputes during the performance of this specific contract (Delivery Order 0001, Period 2) is not readily available in the provided summary data. Such details would typically be found in contract performance reports, modification histories, or potentially in Inspector General reports if formal disputes arose. Common challenges in facilities support contracts can include scope creep, unforeseen maintenance issues, contractor performance deficiencies, or disagreements over payment. The resolution of any such issues would reflect the effectiveness of the contract management and oversight processes employed by the Department of the Army.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: W911S709R0004
Pricing Type: COST PLUS AWARD FEE (R)
Evaluated Preference: NONE
Contractor Details
Address: 346 EAGLE DR, SAN JUAN PUEBLO, NM, 87566
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Government, Native American Tribal Government, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, SBA Certified 8 a Joint Venture, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $19,909,278
Exercised Options: $19,909,278
Current Obligation: $19,909,278
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: W911S712D0002
IDV Type: IDC
Timeline
Start Date: 2014-02-06
Current End Date: 2015-01-31
Potential End Date: 2015-01-31 00:00:00
Last Modified: 2019-04-09
More Contracts from TC & S/F-W LLC
- Delivery Order 3000-Provide Funding in the Amount of $11,954,439.26 for Third Option Period. --7 Months Funding for Subclins 0005AA, AC, AE,&AH --12 Months Funding for Subclins 0005AB, AD, AF,&AJ — $20.9M (Department of Defense)
- First Option Period - Level I Services — $19.7M (Department of Defense)
- Hartwell Lake O&M Contract — $15.3M (Department of Defense)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)