Treasury's Mint awards $2.56M furnace rebuild contract to SECO/WARWICK Corporation
Contract Overview
Contract Amount: $2,556,400 ($2.6M)
Contractor: Seco/Warwick Corporation
Awarding Agency: Department of the Treasury
Start Date: 2023-09-29
End Date: 2028-09-29
Contract Duration: 1,827 days
Daily Burn Rate: $1.4K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TASK ORDER 2031JG21D00039-2031JG23F00386-PH MINT FURNACE REBUILD (QTY 2)
Place of Performance
Location: MEADVILLE, CRAWFORD County, PENNSYLVANIA, 16335
Plain-Language Summary
Department of the Treasury obligated $2.6 million to SECO/WARWICK CORPORATION for work described as: TASK ORDER 2031JG21D00039-2031JG23F00386-PH MINT FURNACE REBUILD (QTY 2) Key points: 1. Contract awarded for critical furnace rebuilds at the U.S. Mint. 2. The contract value represents a significant investment in industrial equipment maintenance. 3. Limited competition raises questions about potential price overruns. 4. The fixed-price structure aims to control costs, but initial pricing needs scrutiny. 5. The duration of the contract suggests a long-term need for specialized maintenance. 6. This award falls within the industrial process furnace and oven manufacturing sector.
Value Assessment
Rating: fair
The contract value of $2.56 million for two furnace rebuilds appears substantial. Without direct comparable contracts for similar specialized industrial equipment rebuilds, it is difficult to definitively benchmark the value. However, the fixed-price nature of the contract suggests an attempt to cap costs. Further analysis would require comparing the scope of work and the specific furnace models to industry standards and pricing for similar services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one vendor, SECO/WARWICK CORPORATION, was considered. This approach significantly limits the opportunity for competitive bidding and price discovery. While sole-source awards can be justified for unique capabilities or urgent needs, they often result in higher prices compared to fully competed contracts. The lack of competition here means taxpayers may not be receiving the best possible price.
Taxpayer Impact: The absence of competition means taxpayers are reliant on the contractor's proposed pricing without the downward pressure that multiple bids would typically provide.
Public Impact
The United States Mint benefits from the essential maintenance of its production equipment. This contract ensures the continued operation of critical industrial furnaces for coin production. The services are geographically focused on the facility where the furnaces are located. Specialized technicians will likely be employed for the rebuilds, impacting the skilled labor market in that area.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition, potentially leading to higher costs for taxpayers.
- Lack of transparency in the justification for a sole-source award.
- Potential for cost overruns if the fixed-price contract does not adequately account for all complexities.
- Dependence on a single contractor for critical equipment maintenance.
Positive Signals
- Fixed-price contract type helps to define and limit the government's financial exposure.
- Contract duration of five years provides stability for equipment maintenance planning.
- Awarding to a specialized manufacturer (SECO/WARWICK) suggests expertise in the required rebuild.
Sector Analysis
The contract falls within the Industrial Process Furnace and Oven Manufacturing sector, a niche but critical part of the industrial equipment market. This sector supports various manufacturing processes, including those for minting operations. The market size for specialized furnace rebuilds is difficult to quantify precisely but is tied to the overall industrial manufacturing and maintenance services landscape. Benchmarking would involve looking at similar large-scale industrial equipment repair and refurbishment contracts across government agencies.
Small Business Impact
This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses mentioned. The award to SECO/WARWICK CORPORATION, a presumably larger entity, suggests that the primary focus was on specialized technical capability rather than small business participation. This could limit opportunities for small businesses to engage in this specific contract's value chain.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of the Treasury and the United States Mint's internal procurement and program management offices. As a sole-source award, the justification and execution will be subject to review by relevant oversight bodies within the Treasury. Transparency regarding the specific justification for the sole-source nature of the award and the detailed scope of work would enhance accountability.
Related Government Programs
- Industrial Equipment Maintenance Contracts
- Manufacturing Facility Upgrades
- U.S. Mint Operations Support
- Government Procurement of Specialized Machinery
Risk Flags
- Sole-source award
- Lack of competition
- Potential for price inflation
Tags
industrial-process-furnace-and-oven-manufacturing, department-of-the-treasury, united-states-mint, firm-fixed-price, not-competed, delivery-order, industrial-equipment, maintenance, pennsylvania, sole-source
Frequently Asked Questions
What is this federal contract paying for?
Department of the Treasury awarded $2.6 million to SECO/WARWICK CORPORATION. TASK ORDER 2031JG21D00039-2031JG23F00386-PH MINT FURNACE REBUILD (QTY 2)
Who is the contractor on this award?
The obligated recipient is SECO/WARWICK CORPORATION.
Which agency awarded this contract?
Awarding agency: Department of the Treasury (United States Mint).
What is the total obligated amount?
The obligated amount is $2.6 million.
What is the period of performance?
Start: 2023-09-29. End: 2028-09-29.
What is the specific justification provided by the U.S. Mint for awarding this contract on a sole-source basis to SECO/WARWICK CORPORATION?
The provided data does not include the specific justification for the sole-source award. Typically, sole-source contracts are awarded when only one responsible source is available or capable of meeting the agency's needs. This could be due to proprietary technology, unique expertise, or urgent and compelling circumstances. Without the official justification document, it is impossible to ascertain the precise reasons. However, the nature of specialized industrial furnace rebuilds might necessitate a specific manufacturer's expertise, potentially leading to a sole-source determination if SECO/WARWICK is the original equipment manufacturer or possesses unique repair capabilities not available elsewhere.
How does the $2.56 million contract value compare to historical spending on similar furnace rebuilds by the U.S. Mint or other federal agencies?
Direct comparison of the $2.56 million contract value for two furnace rebuilds is challenging without access to a comprehensive database of similar federal contracts for specialized industrial equipment. The U.S. Mint's historical spending patterns on furnace maintenance and upgrades would be the most relevant benchmark. However, such specific data is not readily available in the provided information. Generally, large-scale industrial equipment rebuilds can range significantly in cost depending on the size, complexity, age, and specific components requiring replacement. A five-year contract duration for this amount suggests a substantial scope of work or ongoing maintenance requirements.
What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract to ensure successful furnace rebuilds and operational uptime?
The provided data does not detail the specific Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. However, for a contract of this nature, typical KPIs would likely include adherence to the project schedule, quality of workmanship during the rebuild, successful testing and commissioning of the furnaces post-rebuild, and potentially guarantees related to the operational efficiency and reliability of the refurbished equipment. SLAs might address response times for any post-rebuild support or warranty issues. The U.S. Mint would be expected to have defined metrics within the contract to measure SECO/WARWICK CORPORATION's performance and ensure the successful completion of the furnace rebuilds.
What is the track record of SECO/WARWICK CORPORATION in performing similar industrial furnace rebuilds for government agencies or large industrial clients?
Information regarding SECO/WARWICK CORPORATION's specific track record on government contracts or similar large-scale industrial furnace rebuilds is not provided in the data. To assess their capability, one would typically review their past performance on similar projects, including client references, project completion history, and any past performance evaluations. As a company specializing in industrial furnaces and ovens, it is reasonable to assume they possess the technical expertise. However, a thorough due diligence process by the U.S. Mint would have likely included an assessment of their past performance, especially given the sole-source nature of this award.
What are the potential risks associated with a sole-source award for critical industrial equipment maintenance, and how are these risks being mitigated?
The primary risk of a sole-source award is the lack of competitive pressure, which can lead to inflated pricing and potentially less incentive for the contractor to perform at the highest level. Other risks include vendor lock-in and a lack of alternative options if performance issues arise. Mitigation strategies typically involve rigorous negotiation of the contract terms, including a detailed scope of work, clear deliverables, and a firm fixed price to cap costs. The government may also implement stringent oversight, regular performance reviews, and potentially include clauses for termination if performance is unsatisfactory. The U.S. Mint's internal oversight mechanisms would be crucial in managing these risks.
Industry Classification
NAICS: Manufacturing › Other General Purpose Machinery Manufacturing › Industrial Process Furnace and Oven Manufacturing
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 180 MERCER ST, MEADVILLE, PA, 16335
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,556,400
Exercised Options: $2,556,400
Current Obligation: $2,556,400
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 2031JG21D00039
IDV Type: IDC
Timeline
Start Date: 2023-09-29
Current End Date: 2028-09-29
Potential End Date: 2028-09-29 00:00:00
Last Modified: 2026-03-12
More Contracts from Seco/Warwick Corporation
- Bearing, Gasket, Water Jacket, Ring Heat Exchanger, ETC — $67.8K (Department of the Treasury)
- Seco Services AF-5 Rebuild Tuning Contract 2031JG21D00039 AT PH Mint — $17.0K (Department of the Treasury)
Other Department of the Treasury Contracts
- Advertising Services — $636.5M (True North Communications Inc)
- Cade 2 Ltis3 Covid-19 — $383.8M (Deloitte Consulting LLP)
- Establish a Broad Networking and Telecommunications Service Environment to Meet ITS Network Services (wide Area and Local Area Network), Voice Telecommunications Services, Audio/Video/Web Conferencing, and Cyber Requirements — $320.2M (AT&T Enterprises, LLC)
- THE Internal Revenue Service (IRS), Office of Information Technology Office, Issues This Order Under GSA Alliant 2 (unrestricted). Enterprise Case Management (ECM) Solution Integration Services — $305.5M (Booz Allen Hamilton Inc)
- THE Tfcceis Task Order IS to Transition the Existing Tfcc Services From the Networx Contract Onto the EIS Contract Vehicle in a Manner That Will Enable Continuity of an Enterprise Network of Toll Free Services for the IRS — $264.6M (Verizon Business Network Services LLC)