SSA's $4.5M facilities management call order for Chicago's HWSSC awarded to Electronic Metrology Laboratory, LLC

Contract Overview

Contract Amount: $4,528,851 ($4.5M)

Contractor: Electronic Metrology Laboratory, LLC

Awarding Agency: Social Security Administration

Start Date: 2025-09-16

End Date: 2026-08-31

Contract Duration: 349 days

Daily Burn Rate: $13.0K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: CALL ORDER UNDER BPA 28321324A00040017 TO PROVIDE FUNDING FOR THE BPA OPTION YEAR 1 (09/01/2025 - 08/31/2026). CONSOLIDATED FACILITIES MANAGEMENT SERVICES AT THE HAROLD WASHINGTON SOCIAL SECURITY CENTER (HWSSC) IN CHICAGO, IL

Place of Performance

Location: CHICAGO, COOK County, ILLINOIS, 60661

State: Illinois Government Spending

Plain-Language Summary

Social Security Administration obligated $4.5 million to ELECTRONIC METROLOGY LABORATORY, LLC for work described as: CALL ORDER UNDER BPA 28321324A00040017 TO PROVIDE FUNDING FOR THE BPA OPTION YEAR 1 (09/01/2025 - 08/31/2026). CONSOLIDATED FACILITIES MANAGEMENT SERVICES AT THE HAROLD WASHINGTON SOCIAL SECURITY CENTER (HWSSC) IN CHICAGO, IL Key points: 1. This call order represents a significant portion of the total BPA value, indicating a substantial need for consolidated facilities management. 2. The contract is a firm-fixed-price award, which shifts cost risk to the contractor. 3. Awarded under a BPA, this call order likely benefits from pre-negotiated terms and conditions, potentially streamlining acquisition. 4. The services are consolidated, suggesting an effort to achieve efficiencies by bundling multiple facility support functions. 5. The duration of the option year is approximately one year, aligning with typical operational planning cycles. 6. The contract is not set aside for small businesses, implying a focus on large business capabilities for these services.

Value Assessment

Rating: good

The $4.53 million call order for facilities management services at the Harold Washington Social Security Center appears reasonable given the scope. While direct comparisons are difficult without knowing the specific service mix and facility size, consolidated facilities management contracts of this nature typically range from several hundred thousand to millions of dollars annually, depending on complexity and location. The firm-fixed-price structure provides cost certainty for the government.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple bidders had the opportunity to submit proposals. This competitive process is designed to ensure the government receives the best value by leveraging market forces. The specific number of bidders is not provided, but full and open competition generally leads to more robust price discovery and a wider range of technical solutions.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it drives down prices through market competition and ensures that the government is not overpaying for services.

Public Impact

The primary beneficiary is the Social Security Administration, which will receive consolidated facilities management services for its Harold Washington Social Security Center. Services include a range of facility support functions, ensuring the operational readiness and maintenance of the government facility. The geographic impact is localized to Chicago, Illinois, where the HWSSC is located. The contract supports the operational workforce by ensuring a well-maintained and functional work environment.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Facilities support services, categorized under NAICS code 561210, represent a significant segment of the government contracting market. This sector encompasses a wide array of services including building operations, maintenance, and management. Spending in this area is driven by the government's need to maintain its extensive real estate portfolio. Comparable contracts can vary widely in size and scope, from small maintenance tasks to comprehensive facility management for large complexes.

Small Business Impact

This contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses in the provided data. This suggests that the primary awardee is likely a large business, and the focus of this particular call order is on securing the necessary capabilities from the broader market. The absence of small business set-asides means that opportunities for small business participation through this specific contract are not explicitly mandated.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the program office within the Social Security Administration. Performance monitoring, adherence to the Statement of Work, and invoice review are standard oversight mechanisms. Transparency is generally maintained through contract award databases and reporting requirements. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

facilities-management, social-security-administration, chicago, illinois, call-order, bpa, firm-fixed-price, full-and-open-competition, facilities-support-services, large-business

Frequently Asked Questions

What is this federal contract paying for?

Social Security Administration awarded $4.5 million to ELECTRONIC METROLOGY LABORATORY, LLC. CALL ORDER UNDER BPA 28321324A00040017 TO PROVIDE FUNDING FOR THE BPA OPTION YEAR 1 (09/01/2025 - 08/31/2026). CONSOLIDATED FACILITIES MANAGEMENT SERVICES AT THE HAROLD WASHINGTON SOCIAL SECURITY CENTER (HWSSC) IN CHICAGO, IL

Who is the contractor on this award?

The obligated recipient is ELECTRONIC METROLOGY LABORATORY, LLC.

Which agency awarded this contract?

Awarding agency: Social Security Administration (Social Security Administration).

What is the total obligated amount?

The obligated amount is $4.5 million.

What is the period of performance?

Start: 2025-09-16. End: 2026-08-31.

What is the historical spending pattern for facilities management services at the Harold Washington Social Security Center?

Analyzing historical spending for facilities management at the Harold Washington Social Security Center (HWSSC) requires examining past contracts and call orders related to this specific facility. Without direct access to historical procurement data for HWSSC, a precise trend cannot be established. However, generally, federal agencies aim for consistent or optimized spending on facility maintenance. Spending can fluctuate based on the age of the facility, deferred maintenance needs, and changes in service requirements. The current call order, valued at approximately $4.53 million for one year, suggests a substantial ongoing requirement. If this represents a continuation of services, prior years' spending would likely be in a similar range, adjusted for inflation and scope changes. A deeper dive into the Social Security Administration's procurement history for HWSSC would reveal if this represents an increase, decrease, or stable level of investment in facility upkeep.

How does the pricing of this call order compare to similar facilities management contracts awarded by the SSA or other agencies?

Benchmarking the pricing of this $4.53 million call order requires comparing it against similar facilities management contracts. Key comparison factors include the size and type of facility, the scope of services (e.g., janitorial, HVAC, security, groundskeeping), geographic location (which impacts labor costs), and the contract type (firm-fixed-price vs. cost-plus). Without specific details on the service mix and facility metrics (square footage, number of occupants), a precise comparison is challenging. However, for a consolidated facilities management contract of this magnitude supporting a significant federal building, the price appears within a plausible range. Agencies often use GSA schedules or conduct market research for comparable services. If this contract was awarded under full and open competition, the pricing should reflect market rates, but a detailed analysis would necessitate access to the proposals and cost breakdowns submitted by bidders.

What are the key performance indicators (KPIs) used to evaluate the performance of Electronic Metrology Laboratory, LLC under this contract?

The specific Key Performance Indicators (KPIs) for this contract are not detailed in the provided data. However, for consolidated facilities management services, typical KPIs often include response times for maintenance requests, completion rates for scheduled preventive maintenance, uptime of critical building systems (like HVAC and electrical), cleanliness standards, energy efficiency metrics, and customer satisfaction surveys from building occupants. The firm-fixed-price nature of the contract implies that Electronic Metrology Laboratory, LLC is responsible for meeting defined service levels. Performance would likely be monitored by a Contracting Officer's Representative (COR) or a similar government point of contact, who would track adherence to the Statement of Work (SOW) and assess the quality and timeliness of services rendered against established benchmarks or metrics.

What is the track record of Electronic Metrology Laboratory, LLC in providing facilities management services to the federal government?

Electronic Metrology Laboratory, LLC's track record in providing facilities management services to the federal government can be assessed by reviewing their past contract awards and performance history. Information available through federal procurement databases (like SAM.gov or FPDS) would indicate the types of contracts they have held, their values, and the agencies they have served. A positive track record would include successful completion of similar facilities management contracts, positive past performance reviews, and a history of compliance with contract terms. Conversely, any past performance issues, disputes, or contract terminations would be red flags. Given this is a call order under a BPA, it suggests they have likely demonstrated capability and been selected through a prior competitive process for the BPA itself, indicating some level of established performance.

Are there any potential risks associated with consolidating facilities management services under this contract?

Consolidating facilities management services, while often aiming for efficiency, can introduce specific risks. One primary risk is over-reliance on a single contractor for a broad range of critical functions; any performance failure by the contractor could have a cascading impact on facility operations. Another risk is the potential for scope creep if the initial requirements are not clearly defined or if additional services are requested without proper contract modification and pricing adjustments. There's also a risk that the contractor may lack expertise in certain specialized areas if the consolidation is too broad, potentially leading to suboptimal service delivery in niche functions. Effective risk mitigation involves robust contract management, clear performance standards, regular oversight, and contingency planning for service disruptions.

Industry Classification

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

Product/Service Code: OPERATION OF GOVT OWNED FACILITYOPERATE GOVT OWNED BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 998 ELM HILL PIKE, NASHVILLE, TN, 37210

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $4,528,851

Exercised Options: $4,528,851

Current Obligation: $4,528,851

Actual Outlays: $1,902,063

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 28321324A00040017

IDV Type: BPA

Timeline

Start Date: 2025-09-16

Current End Date: 2026-08-31

Potential End Date: 2026-08-31 00:00:00

Last Modified: 2026-03-19

More Contracts from Electronic Metrology Laboratory, LLC

View all Electronic Metrology Laboratory, LLC federal contracts →

Other Social Security Administration Contracts

View all Social Security Administration contracts →

Explore Related Government Spending