GSA awards $3.5M BPA Call for engineering services to Amentum Technology, Inc. in Maine
Contract Overview
Contract Amount: $3,486,607 ($3.5M)
Contractor: Amentum Technology, Inc.
Awarding Agency: General Services Administration
Start Date: 2023-09-25
End Date: 2027-08-31
Contract Duration: 1,436 days
Daily Burn Rate: $2.4K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THIS BPA CALL IS AN AWARD FOR CMA SERVICES AND OTHER RELATED SERVICES, LIMESTONE LPOE.
Place of Performance
Location: LIMESTONE, AROOSTOOK County, MAINE, 04750
State: Maine Government Spending
Plain-Language Summary
General Services Administration obligated $3.5 million to AMENTUM TECHNOLOGY, INC. for work described as: THIS BPA CALL IS AN AWARD FOR CMA SERVICES AND OTHER RELATED SERVICES, LIMESTONE LPOE. Key points: 1. Contract value appears reasonable for a 4-year BPA Call covering engineering and related services. 2. Full and open competition suggests a competitive bidding process was utilized. 3. The contract is a Firm Fixed Price type, which shifts cost risk to the contractor. 4. Performance is expected over 1436 days, indicating a medium-term engagement. 5. The award is for CMA services and other related services, with Limestone LPOE noted. 6. The North American Industry Classification System (NAICS) code 541330 points to Engineering Services.
Value Assessment
Rating: good
The contract value of approximately $3.5 million over nearly four years for engineering services is within a reasonable range for this type of engagement. Benchmarking against similar BPA calls or task orders for engineering services from GSA would provide a more precise value-for-money assessment. The Firm Fixed Price contract type is generally favorable for the government as it caps costs, assuming the initial price was set competitively.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. This suggests a robust bidding process. While the number of bidders is not specified, full and open competition generally leads to a wider pool of potential offerors, which can drive down prices and improve the quality of services received.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it promotes a competitive environment, leading to potentially lower prices and better value for the government's investment in engineering services.
Public Impact
The primary beneficiaries are likely federal agencies requiring engineering and related consulting services, managed through the General Services Administration. The services delivered will encompass CMA (Construction Management?) and other engineering support, crucial for infrastructure projects or facility management. The geographic impact is specified as Maine (ST: ME, SN: MAINE), suggesting services will be primarily delivered within this state. The contract supports the engineering sector workforce, potentially creating or sustaining jobs for engineers and technical staff.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Scope creep risk if 'other related services' are not clearly defined and managed.
- Potential for cost overruns if the fixed price does not adequately account for unforeseen complexities in engineering projects.
Positive Signals
- Firm Fixed Price contract type mitigates cost risk for the government.
- Full and open competition suggests a competitive pricing structure.
- Longer performance period allows for stable service provision and potential for relationship building.
Sector Analysis
This contract falls within the Engineering Services sector (NAICS 541330), a significant segment of the professional services market supporting government infrastructure and operations. Spending in this sector is driven by federal needs for design, planning, and oversight of various projects. Comparable spending benchmarks would involve analyzing other GSA contracts for engineering services or similar task orders issued by other agencies.
Small Business Impact
The data indicates that small business participation (ss: false, sb: false) was not a specific set-aside requirement for this particular BPA Call. Therefore, there are no direct subcontracting implications mandated by a small business set-aside. However, the prime contractor, Amentum Technology, Inc., may still engage small businesses as subcontractors, depending on their own business practices and the nature of the services required.
Oversight & Accountability
Oversight for this BPA Call will likely be managed by the General Services Administration (GSA), specifically the Public Buildings Service (PBS). Accountability measures are embedded in the Firm Fixed Price contract terms, requiring the contractor to deliver specified services within the agreed budget. Transparency is generally facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- GSA Multiple Award Schedule (MAS)
- Engineering Services Contracts
- Construction Management Services
- Federal Facilities Support Contracts
Risk Flags
- Potential for scope creep if 'other related services' are not clearly defined.
- Risk of contractor underestimation of costs in a Firm Fixed Price contract.
- Ambiguity in 'Limestone LPOE' designation requires clarification.
Tags
engineering-services, general-services-administration, bpa-call, firm-fixed-price, full-and-open-competition, maine, professional-services, consulting, infrastructure-support, medium-value-contract
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $3.5 million to AMENTUM TECHNOLOGY, INC.. THIS BPA CALL IS AN AWARD FOR CMA SERVICES AND OTHER RELATED SERVICES, LIMESTONE LPOE.
Who is the contractor on this award?
The obligated recipient is AMENTUM TECHNOLOGY, INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $3.5 million.
What is the period of performance?
Start: 2023-09-25. End: 2027-08-31.
What specific 'CMA services' are included in this BPA Call, and how do they align with the broader 'Engineering Services' NAICS code?
The abbreviation 'CMA' in federal contracting often refers to Construction Management Agency or Construction Management Assistance. If this is the case, the services would involve overseeing construction projects, ensuring compliance with regulations, managing schedules, and coordinating various stakeholders. These services are closely related to engineering, as they often require engineering expertise for planning, design review, and quality assurance during construction phases. The NAICS code 541330 (Engineering Services) is broad enough to encompass such management and consulting roles that are integral to engineering projects. A detailed statement of work (SOW) within the BPA Call documentation would provide the precise definition and scope of these CMA services and how they integrate with other engineering support.
How does the $3.5 million contract value compare to typical engineering service contracts awarded by GSA for similar scope and duration?
The $3.5 million contract value over approximately 4 years (1436 days) for engineering and related services appears to be within a reasonable range for a federal contract of this nature. GSA frequently awards contracts for engineering consulting, design, and project management services. The specific value is highly dependent on the complexity of the services, the geographic location, and the level of expertise required. For instance, contracts involving specialized structural engineering, environmental assessments, or large-scale infrastructure planning could command higher values. Conversely, routine technical support or smaller-scale consulting might fall below this amount. Without specific details on the 'other related services' and the exact deliverables, a precise benchmark is difficult, but the overall figure is not immediately indicative of overpricing for a multi-year federal engagement.
What are the potential risks associated with the 'other related services' clause in this BPA Call, and how are they mitigated?
The primary risk associated with the 'other related services' clause is scope creep, where the contractor might be asked to perform services beyond the initially intended scope, potentially leading to cost increases or delays if not managed properly. Mitigation strategies typically involve a clearly defined Statement of Work (SOW) that specifies the types of 'related services' that are permissible and the process for adding new services, often requiring formal modification and potentially additional funding approval. The Firm Fixed Price (FFP) nature of this contract also acts as a mitigation factor, as the contractor is incentivized to control costs and avoid performing unpriced work. Robust contract administration by GSA personnel is crucial to monitor the services being rendered and ensure they align with the contract's intent and budget.
Given this is a BPA Call under a larger BPA, what does the 'full and open competition' at the BPA Call level imply about the underlying BPA's competition?
A BPA Call awarded under 'full and open competition' means that the specific task order or call against the underlying Blanket Purchase Agreement (BPA) was competed openly. This implies that the original BPA itself likely allowed for full and open competition among its awardees, or that GSA chose to compete this specific call among a broader set of potential providers, even if the BPA had fewer initial awardees. If the BPA itself was awarded under full and open competition, then this call continues that principle. However, if the BPA had a limited number of awardees, this call signifies that GSA sought the best value among those BPA holders or potentially even opened it up further if the BPA's terms allowed. The key takeaway is that this particular award was not restricted.
What is the significance of the contract being a 'Firm Fixed Price' (FFP) type for the government and taxpayers?
A Firm Fixed Price (FFP) contract type is generally advantageous for the government and taxpayers because it shifts the majority of the cost risk from the buyer (government) to the seller (contractor). Under an FFP contract, the price is set and not subject to adjustment based on the contractor's cost experience. This provides budget certainty for the government, as the total cost is known upfront, assuming the scope is well-defined. For taxpayers, this means greater predictability in government spending and protection against unexpected cost overruns by the contractor. The contractor is motivated to perform efficiently and control their own costs to maximize profit, which can indirectly benefit the government through competitive pricing during the initial award.
What does the 'Limestone LPOE' designation mean in the context of this contract award?
The designation 'Limestone LPOE' likely refers to a specific requirement or characteristic related to the location or nature of the work, possibly indicating a project site or a specific facility named 'Limestone'. 'LPOE' could stand for 'Limited Places of Operation' or 'Local Places of Operation', suggesting that the services might be concentrated in or originate from a particular area, possibly near Limestone, Maine, given the state designation. Alternatively, it could be an internal GSA or project-specific identifier. Without further context from the contract's Statement of Work or associated documentation, its precise meaning remains somewhat ambiguous, but it points to a geographical or operational constraint or focus for the contract.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Pae-Parsons Global Logistics Services, LLC
Address: 600 WILLIAM NORTHERN BLVD, TULLAHOMA, TN, 37388
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,486,607
Exercised Options: $3,486,607
Current Obligation: $3,486,607
Subaward Activity
Number of Subawards: 7
Total Subaward Amount: $531,038
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47PB0023A0001
IDV Type: BPA
Timeline
Start Date: 2023-09-25
Current End Date: 2027-08-31
Potential End Date: 2027-08-31 00:00:00
Last Modified: 2026-01-05
More Contracts from Amentum Technology, Inc.
- THE Test and Operations Support Contract (tosc) IS a Cost-Plus-Award-Fee Contract With an Indefinite Delivery Indefinite Quantity Task Ordering Provision. Tosc Provides a Processing Contract for the Kennedy Space Center (KSC) Supporting Multiple Customers. the Scope of This Contract Includes Program Management and Control; Safety and Mission Assurance; Information Management; Processing Support Systems and Integration; Flight Hardware Processing; Ground Systems Operations, Maintenance and Sustaining Engineering; Logistics and Spaceport Services. Tosc Provides Overall Management and Implementation of Ground Systems Capabilities, Flight Hardware Processing and Launch Operations AT KSC in Florida. These Tasks Will Support the International Space Station, Ground Systems Development and Operations, and the Space Launch System, Orion Multi-Purpose Crew Vehicle and Launch Services Programs. Tosc Also Provides Ground Processing for Launch Vehicles, Spacecraft and Payloads in Support of Emerging Programs, Commercial Entities and Other Government Agencies AS Designated by the Government. Services Include Advanced Planning and Special Studies; Development of Designated Ground Systems; Operational Support for Design and Development of Flight Hardware and Ground Systems; Spacecraft, Payload, and Launch Vehicle Servicing and Processing; Ground Systems Services; and Logistics and Other Processing Support Services. Flight Hardware Processing and Servicing Activities Include Assembly, Integration, Checkout, and Depot-Level Maintenance and Repair. Launch Vehicle and Spacecraft Operations Include Advanced Planning, Element Processing, Integration, Test, Launch and Recovery Services. Ground Systems Services Include Operations, Maintenance and Validation of Associated Ground Systems and Support Equipment Necessary for Human Space Flight and Exploration. Contract Activities Will BE Performed in the Most Cost-Effective and Efficient Manner Supporting the Government S Priorities for Safety, Mission Success, Customer Satisfaction and Innovation While Maintaining Flexibility and Responsiveness to Changing Requirements. With the Award of This Contract, KSC IS Positioning Itself for the Next ERA of Space Exploration. KSC IS Transitioning to a 21st-Century Launch Facility With Multiple Users, Both Private and Government. a Dynamic Infrastructure IS Taking Shape, Designed to Host Many Kinds of Spacecraft and Rockets Sending People on America's Next Voyages in Space — $2.1B (National Aeronautics and Space Administration)
- Engineering Science Contract — $1.9B (National Aeronautics and Space Administration)
- Engineering Services and Science Capability Augmentation (essca) — $1.9B (National Aeronautics and Space Administration)
- Enterprise Core Services (enduring) — $979.2M (Department of Defense)
- Engineering Science and Technology — $874.0M (National Aeronautics and Space Administration)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)