VA awards $236K Tower Removal contract to Sandow Construction Inc. in Washington D.C
Contract Overview
Contract Amount: $236,335 ($236.3K)
Contractor: Sandow Construction Inc
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-03-30
End Date: 2026-09-30
Contract Duration: 184 days
Daily Burn Rate: $1.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: TOWER REMOVAL
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20422
Plain-Language Summary
Department of Veterans Affairs obligated $236,335 to SANDOW CONSTRUCTION INC for work described as: TOWER REMOVAL Key points: 1. Contract awarded through full and open competition, suggesting a competitive bidding process. 2. The contract value appears to be within a reasonable range for specialized construction services. 3. Performance period is relatively short, indicating a focused scope of work. 4. The award is a purchase order, a common instrument for smaller value acquisitions. 5. The contractor, Sandow Construction Inc., is the sole awardee for this specific task. 6. The service falls under 'Other Foundation, Structure, and Building Exterior Contractors', a niche construction category.
Value Assessment
Rating: good
The contract value of $236,335 for tower removal is difficult to benchmark without more specific details on the tower's size, complexity, and location. However, for a project of this nature, it does not appear excessively high. The firm-fixed-price structure helps control costs for the government. Further analysis would require comparing this to similar tower removal projects undertaken by the VA or other federal agencies, considering factors like site accessibility and environmental remediation requirements.
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'. While the 'after exclusion of sources' phrasing might initially seem restrictive, it typically refers to a process where specific sources were considered and then the opportunity was opened to all eligible sources. The presence of two bids (no: 2) indicates some level of competition, though a higher number of bidders would generally be preferred for optimal price discovery.
Taxpayer Impact: The competitive nature of the award, even with two bidders, suggests that taxpayers likely benefited from a more competitive price than a sole-source or limited competition scenario would have yielded.
Public Impact
The Department of Veterans Affairs (VA) is the primary beneficiary, likely improving facility safety or aesthetics. The service delivered is the physical removal of a tower, a specific construction task. The geographic impact is limited to Washington D.C., where the VA facility is located. Workforce implications are likely minimal, involving a specialized construction crew for the duration of the project.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition (2 bidders) may have resulted in a higher price than a more robust bidding process.
- The 'after exclusion of sources' clause requires careful review to ensure no potential bidders were unfairly excluded prior to the open competition phase.
Positive Signals
- Awarded through full and open competition, ensuring a broad range of potential contractors could bid.
- Firm-fixed-price contract provides cost certainty for the government.
- Short performance period suggests efficient project management and timely completion.
Sector Analysis
The construction sector, particularly specialized services like foundation, structure, and building exterior work, is a significant area of federal spending. This contract falls within the broader category of building exterior services. Federal agencies frequently contract for demolition and removal services to maintain and upgrade their infrastructure. Benchmarking this specific tower removal would involve comparing it to other similar demolition or construction projects within the federal government's portfolio, considering the scale and complexity.
Small Business Impact
There is no indication that this contract was specifically set aside for small businesses (ss: false, sb: false). Therefore, small businesses would have had the opportunity to compete under the full and open competition. Subcontracting opportunities for small businesses are not explicitly detailed in the provided data but are possible depending on Sandow Construction Inc.'s practices.
Oversight & Accountability
As a purchase order issued by the Department of Veterans Affairs, this contract is subject to the VA's internal procurement oversight and the Federal Acquisition Regulation (FAR). Accountability is maintained through the contract terms and the firm-fixed-price structure. Transparency is generally provided through federal contract databases like FPDS. Inspector General oversight would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- VA Facility Maintenance
- Construction Services
- Demolition Contracts
- Building Exterior Services
Risk Flags
- Limited Competition
- Potential for Unforeseen Site Conditions
- Safety and Environmental Risks during Demolition
Tags
construction, tower-removal, department-of-veterans-affairs, purchase-order, firm-fixed-price, full-and-open-competition, district-of-columbia, washington-dc, building-exterior-contractors, small-value-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $236,335 to SANDOW CONSTRUCTION INC. TOWER REMOVAL
Who is the contractor on this award?
The obligated recipient is SANDOW CONSTRUCTION INC.
Which agency awarded this contract?
Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).
What is the total obligated amount?
The obligated amount is $236,335.
What is the period of performance?
Start: 2026-03-30. End: 2026-09-30.
What is the track record of Sandow Construction Inc. with federal contracts, particularly with the Department of Veterans Affairs?
Information on Sandow Construction Inc.'s specific track record with federal contracts, especially with the Department of Veterans Affairs, is not detailed in the provided data snippet. A comprehensive analysis would require querying federal procurement databases (like FPDS-NG) to review their past performance, contract values, types of services rendered, and any reported issues or commendations. Understanding their experience with similar tower removal or demolition projects would be crucial for assessing their capability and reliability for this specific award.
How does the awarded value of $236,335 compare to similar tower removal contracts?
Benchmarking this $236,335 contract requires detailed comparison with similar tower removal projects. Factors such as the tower's height, material (e.g., steel, concrete), complexity of the site (e.g., accessibility, proximity to other structures), and any associated environmental or safety requirements (e.g., asbestos abatement) significantly influence cost. Without these specifics, a direct comparison is challenging. However, for a specialized demolition task, this value appears within a plausible range, assuming it involves a moderately sized or complex tower. Further investigation into the scope of work and comparable projects would be necessary for a definitive value assessment.
What are the primary risks associated with this tower removal contract?
Key risks for this tower removal contract include potential unforeseen site conditions (e.g., underground utilities, soil stability), environmental hazards (e.g., hazardous materials within the tower structure), safety concerns during demolition, and potential delays impacting the VA facility's operations. The firm-fixed-price nature of the contract shifts some financial risk to the contractor, but scope creep or unexpected complications could still lead to disputes or change orders. Ensuring the contractor has adequate insurance, safety protocols, and experience with similar projects is critical to mitigating these risks.
How effective is the 'full and open competition after exclusion of sources' method for ensuring value?
The 'full and open competition after exclusion of sources' method aims to balance broad market access with initial screening. It allows the agency to identify potential sources, potentially reducing the number of bidders initially considered, but then opens the opportunity to all eligible sources. While this can sometimes streamline the process, its effectiveness in ensuring maximum value depends heavily on the justification for excluding sources initially. If the exclusion was arbitrary, it could limit competition. However, if based on specific qualifications, it might lead to a more focused and competitive pool. The fact that two bids were received suggests some level of competition was achieved, but a higher number would typically indicate better value realization for taxpayers.
What is the historical spending pattern for tower removal services by the Department of Veterans Affairs?
Analyzing historical spending patterns for tower removal by the VA would involve reviewing procurement data over several fiscal years. This would reveal the frequency of such contracts, the average contract values, the typical contractors awarded these services, and the geographic distribution of these projects. Understanding this history can help identify trends, potential cost savings opportunities, and whether spending has been consistent or fluctuating. Without access to this historical data, it's difficult to place the current $236,335 award within a broader context of VA's procurement behavior for similar services.
What are the potential long-term implications for the VA facility after the tower removal?
The long-term implications of this tower removal for the VA facility are likely positive, primarily related to safety, security, and potentially facility modernization or land use. Removing an old or obsolete tower can eliminate structural hazards, reduce maintenance costs, and free up space for new construction or landscaping. It could also improve the facility's aesthetic appeal or address security concerns related to the tower's structure or accessibility. The specific benefits depend on the tower's original purpose and the reasons for its removal.
Industry Classification
NAICS: Construction › Foundation, Structure, and Building Exterior Contractors › Other Foundation, Structure, and Building Exterior Contractors
Product/Service Code: SALVAGE SERVICES › DEMOLITION OF BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4300 48TH ST, BLADENSBURG, MD, 20710
Business Categories: Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Hispanic American Owned Business, HUBZone Firm, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $236,335
Exercised Options: $236,335
Current Obligation: $236,335
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-03-30
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-04-03
More Contracts from Sandow Construction Inc
- Replacement of Roofs of the Patient Buildings AT Perry Point Vamc — $19.1M (Department of Veterans Affairs)
Other Department of Veterans Affairs Contracts
- CCN Region 3 Express Report — $5.2B (Optum Public Sector Solutions, Inc.)
- Express Report for FY22 Region 2 — $5.1B (Optum Public Sector Solutions, Inc.)
- Fiscal Year 2022 Express Report for Region 1 — $4.2B (Optum Public Sector Solutions, Inc.)
- Express Report for the Patient Centered Community Care (PC3) Contract — $3.3B (Triwest Healthcare Alliance Corp)
- CCN Region Three FY21 Express Report — $3.1B (Optum Public Sector Solutions, Inc.)