VA awards $13.1M elevator maintenance contract to Skyline Elevator Works, Inc. for Florida facilities
Contract Overview
Contract Amount: $13,115,875 ($13.1M)
Contractor: Skyline Elevator Works, Inc
Awarding Agency: Department of Veterans Affairs
Start Date: 2023-11-15
End Date: 2026-11-14
Contract Duration: 1,095 days
Daily Burn Rate: $12.0K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: VISN 8 ELEVATOR MAINTENANCE SERVICES
Place of Performance
Location: BAY PINES, PINELLAS County, FLORIDA, 33744
State: Florida Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $13.1 million to SKYLINE ELEVATOR WORKS, INC for work described as: VISN 8 ELEVATOR MAINTENANCE SERVICES Key points: 1. Contract value of $13.1 million over three years suggests a significant investment in facility upkeep. 2. The award was made under full and open competition, indicating a potentially competitive bidding process. 3. The fixed-price contract type aims to control costs for the government. 4. The contract duration of 1095 days (3 years) provides a stable period for service delivery. 5. The primary service area is Florida, impacting multiple Veterans Affairs facilities within the state. 6. The North American Industry Classification System (NAICS) code 561210 points to facilities support services.
Value Assessment
Rating: good
The contract value of $13.1 million for three years of elevator maintenance services appears reasonable given the scope of supporting multiple facilities. Benchmarking against similar large-scale maintenance contracts for federal buildings would provide a more precise value-for-money assessment. The firm fixed-price structure is a positive indicator for cost control, assuming the scope of work was well-defined to prevent scope creep and subsequent change orders.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, suggesting that multiple vendors had the opportunity to bid. The presence of two bids indicates a degree of competition, though a higher number of bidders would typically lead to more robust price discovery and potentially lower prices for the government. The agency's decision to use full and open competition is generally a positive sign for achieving competitive pricing.
Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a market where multiple companies vie for the contract, driving down costs through competitive bidding and ensuring the government receives fair market value.
Public Impact
Veterans utilizing VA facilities in Florida will benefit from reliable and safe elevator operations. The contract ensures the continued maintenance and operational readiness of essential vertical transportation systems. Facilities support services are critical for the day-to-day functioning of healthcare and administrative operations within VA. The contract supports the workforce of Skyline Elevator Works, Inc., potentially including technicians and administrative staff in Florida.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for increased costs if unforeseen maintenance issues arise beyond the scope of the fixed-price agreement.
- Dependence on a single contractor for critical elevator maintenance could pose a risk if performance issues emerge.
- The limited number of bids (2) might suggest less intense competition than ideal, potentially impacting the final price.
Positive Signals
- The use of full and open competition is a positive signal for market engagement and potential cost savings.
- The firm fixed-price contract type helps to lock in costs and provides budget certainty.
- The contract duration allows for consistent service delivery and relationship building with the provider.
Sector Analysis
The facilities support services sector, encompassing maintenance and repair of buildings and infrastructure, is a significant component of the federal contracting landscape. This contract falls within the broader category of building operations and maintenance, which is essential for government agencies to function. Spending in this sector is often driven by the need to maintain aging infrastructure and ensure operational continuity across diverse government facilities.
Small Business Impact
The data indicates that this contract was not set aside for small businesses, and the awardee, Skyline Elevator Works, Inc., is not explicitly identified as a small business in the provided details. Therefore, there are no direct subcontracting implications for small businesses stemming from a small business set-aside. The absence of a set-aside means larger businesses competed for this contract, which may limit opportunities for small businesses to participate directly.
Oversight & Accountability
Oversight for this contract would typically be managed by the Department of Veterans Affairs contracting officer and contract specialists. Performance monitoring would likely involve regular site inspections, review of maintenance logs, and adherence to service level agreements. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to the contract were suspected.
Related Government Programs
- General Services Administration (GSA) Building Operations and Maintenance Contracts
- Department of Defense Facilities Maintenance
- Public Buildings Service (PBS) Maintenance Contracts
- Federal Buildings Fund Spending
Risk Flags
- Potential for cost overruns if unforeseen maintenance issues arise.
- Risk of service quality degradation if contractor prioritizes cost-cutting.
- Dependence on a single vendor for critical infrastructure maintenance.
Tags
facilities-support-services, elevator-maintenance, department-of-veterans-affairs, va, skyline-elevator-works-inc, firm-fixed-price, full-and-open-competition, delivery-order, florida, visn-8, naics-561210
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $13.1 million to SKYLINE ELEVATOR WORKS, INC. VISN 8 ELEVATOR MAINTENANCE SERVICES
Who is the contractor on this award?
The obligated recipient is SKYLINE ELEVATOR WORKS, 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 $13.1 million.
What is the period of performance?
Start: 2023-11-15. End: 2026-11-14.
What is the historical spending pattern for elevator maintenance services by the Department of Veterans Affairs, particularly within VISN 8?
Analyzing historical spending for elevator maintenance within VISN 8 and across the VA is crucial for context. While specific historical data for VISN 8 is not provided here, the VA, as a large federal agency with numerous facilities, consistently spends significant amounts on maintaining its infrastructure. This includes elevators, HVAC, and other critical systems. Past contracts for similar services can reveal trends in pricing, contractor performance, and the frequency of maintenance. Understanding these patterns helps in assessing whether the current $13.1 million award represents an increase, decrease, or stable level of investment compared to previous periods and whether it aligns with inflation and operational needs.
How does the per-unit cost of elevator maintenance for this contract compare to industry benchmarks or similar federal contracts?
A detailed per-unit cost comparison is challenging without specific data on the number of elevators, their types, and the exact scope of maintenance included in the $13.1 million contract. However, the contract value suggests a substantial investment. Industry benchmarks for elevator maintenance vary widely based on elevator type, age, usage, and service level (e.g., preventive vs. comprehensive). For federal contracts, the General Services Administration (GSA) often publishes data or has established schedules that can serve as benchmarks. Comparing the estimated annual cost per elevator or per facility against these benchmarks would reveal if Skyline Elevator Works' pricing is competitive. A higher-than-average cost might indicate a more complex maintenance requirement or potentially less competitive pricing.
What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this contract, and how will performance be monitored?
The contract likely includes specific Key Performance Indicators (KPIs) and Service Level Agreements (SLAs) to ensure the quality and timeliness of elevator maintenance. These could include metrics such as response time for emergency calls, maximum allowable downtime for repairs, preventive maintenance completion rates, and adherence to safety standards. Performance monitoring by the Department of Veterans Affairs would involve regular reporting from Skyline Elevator Works, site inspections by VA facility managers or technical representatives, and potentially the use of performance tracking software. Failure to meet these KPIs and SLAs could result in penalties, contract modifications, or even termination, underscoring the importance of robust oversight.
What is the track record of Skyline Elevator Works, Inc. in performing similar federal contracts, particularly for the Department of Veterans Affairs?
The track record of Skyline Elevator Works, Inc. is a critical factor in assessing the risk and potential success of this contract. Information from federal procurement databases (like FPDS or SAM.gov) would detail their past performance on federal contracts, including contract values, agencies served, and any performance ratings or past performance reviews. Examining their history with the VA, and specifically with VISN 8 if possible, would provide insight into their reliability, quality of service, and ability to manage complex maintenance agreements. A history of successful, on-time, and within-budget performance on similar contracts would increase confidence in their ability to meet the requirements of this new award.
What are the potential risks associated with a firm fixed-price contract for elevator maintenance over a three-year period?
While firm fixed-price contracts offer cost certainty, they also carry risks, especially for long-term service agreements like elevator maintenance. A primary risk is that the contractor may underestimate the true cost of services or encounter unforeseen issues (e.g., aging equipment failures, increased parts costs, labor shortages) that erode their profit margin. This could incentivize the contractor to cut corners on maintenance quality or delay necessary repairs to control costs, potentially impacting elevator reliability and safety. Conversely, if the contractor significantly overestimates costs, taxpayers may end up paying a premium. The VA's robust oversight and clear definition of scope are essential to mitigate these risks.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 583 JUNIPER SPRINGS DR, GROVELAND, FL, 34736
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $22,370,851
Exercised Options: $13,115,875
Current Obligation: $13,115,875
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47QSHA22D0029
IDV Type: FSS
Timeline
Start Date: 2023-11-15
Current End Date: 2026-11-14
Potential End Date: 2028-11-14 00:00:00
Last Modified: 2025-11-12
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.)