Emergency flood restoration contract awarded to Salmon JV Inc. for $20,785.62
Contract Overview
Contract Amount: $20,786 ($20.8K)
Contractor: Salmon JV Inc
Awarding Agency: General Services Administration
Start Date: 2026-01-25
End Date: 2026-02-24
Contract Duration: 30 days
Daily Burn Rate: $693/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: EMERGENCY NTP TASK ORDER EMERGENCY FLOOD WATER RESTORATION, RIVERDALE PARK, MD1872ZZ.
Place of Performance
Location: RIVERDALE, PRINCE GEORGES County, MARYLAND, 20737
State: Maryland Government Spending
Plain-Language Summary
General Services Administration obligated $20,785.62 to SALMON JV INC for work described as: EMERGENCY NTP TASK ORDER EMERGENCY FLOOD WATER RESTORATION, RIVERDALE PARK, MD1872ZZ. Key points: 1. Value for money appears reasonable given the emergency nature and short duration. 2. Competition was limited due to the emergency circumstances. 3. Risk indicators are moderate, primarily related to the emergency response and potential for scope creep. 4. Performance context is an emergency flood restoration task order. 5. Sector positioning is within facilities support services.
Value Assessment
Rating: fair
The contract value of $20,785.62 for a 30-day emergency flood restoration task order seems within a reasonable range for immediate response services. Without specific benchmarks for emergency flood restoration in Riverdale Park, MD, direct comparison is difficult. However, the firm-fixed-price structure suggests a defined scope, which can help control costs in an emergency situation. The relatively small award amount also mitigates significant financial risk.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as a 'NOT AVAILABLE FOR COMPETITION' delivery order, indicating a sole-source or limited competition scenario, likely due to the emergency nature of the flood restoration need. The specific justification for not competing is not detailed in the provided data. The lack of open competition means that price discovery through market forces was bypassed, potentially leading to a higher price than if multiple bids were solicited.
Taxpayer Impact: Taxpayers may not have received the benefit of competitive pricing, as the award was not subject to a bidding process. The urgency of the situation likely necessitated a rapid award, prioritizing speed over cost savings from competition.
Public Impact
The primary beneficiaries are likely the occupants and owners of the affected facilities in Riverdale Park, MD, who will have flood damage addressed. Services delivered include emergency flood water restoration. Geographic impact is localized to Riverdale Park, Maryland. Workforce implications are likely short-term, involving specialized restoration personnel.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Emergency awards can sometimes lack thorough vetting of contractor capabilities.
- Urgency may lead to less detailed scope definition, increasing risk of cost overruns.
- Limited competition means less assurance of best value for taxpayer funds.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the defined scope.
- Short duration limits the overall financial exposure.
- Awarded to a specific entity (Salmon JV Inc.) suggests a known or pre-qualified vendor.
Sector Analysis
This contract falls under the Facilities Support Services sector, specifically addressing emergency restoration needs. The broader facilities management market is substantial, encompassing maintenance, repair, and operational support for government and commercial properties. Emergency response services, while a niche, are critical for business continuity and asset protection. Benchmarking this specific award is challenging without more context on the scale of the flood damage and the specific services required.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). As a sole-source or limited competition award, there were likely no specific subcontracting opportunities mandated for small businesses within this particular task order. The impact on the small business ecosystem is minimal for this specific award.
Oversight & Accountability
Oversight for this contract would typically fall under the General Services Administration (GSA), specifically the Public Buildings Service. As a delivery order under a larger contract vehicle (implied), oversight mechanisms would be tied to the parent contract's terms. Transparency is limited due to the non-competitive nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Emergency Management Services
- Facilities Maintenance and Repair
- Disaster Recovery Contracts
- Public Buildings Service Contracts
Risk Flags
- Limited Competition
- Emergency Procurement
- Potential for Scope Creep
Tags
facilities-support-services, general-services-administration, public-buildings-service, emergency-response, flood-restoration, maryland, delivery-order, firm-fixed-price, sole-source, small-dollar-value
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $20,785.62 to SALMON JV INC. EMERGENCY NTP TASK ORDER EMERGENCY FLOOD WATER RESTORATION, RIVERDALE PARK, MD1872ZZ.
Who is the contractor on this award?
The obligated recipient is SALMON JV INC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $20,785.62.
What is the period of performance?
Start: 2026-01-25. End: 2026-02-24.
What is the track record of Salmon JV Inc. in performing emergency restoration services for the federal government?
The provided data does not include specific details on Salmon JV Inc.'s past performance or track record with federal emergency restoration services. To assess this, one would need to consult contract databases like SAM.gov for past awards, performance evaluations (e.g., CPARS), and any available project histories. Understanding their experience with similar flood restoration projects, their response times, and client satisfaction would be crucial for evaluating their capability to handle this emergency task order effectively and efficiently.
How does the cost of this emergency restoration compare to similar contracts or market rates for flood damage cleanup?
Direct comparison of the $20,785.62 cost is difficult without detailed scope of work and specific damage assessments. Emergency services often command premium pricing due to the immediate need and limited vendor availability. To benchmark, one would need to identify comparable emergency flood restoration contracts awarded by GSA or other agencies in the Maryland region, considering factors like square footage affected, type of damage (water, mold, structural), and duration of services. Market rates for specialized restoration companies can vary significantly based on labor, equipment, and materials required for rapid response.
What are the primary risks associated with this emergency contract award?
The primary risks associated with this emergency contract include potential cost overruns if the scope of work expands beyond initial assessments, quality control issues due to the rapid deployment of services, and the inherent risk of limited competition leading to suboptimal pricing. There's also a risk related to the contractor's capacity to manage an emergency situation effectively, ensuring timely completion and adherence to safety protocols. The 'NOT AVAILABLE FOR COMPETITION' status itself indicates a risk that the government may not have secured the best possible value due to the lack of a competitive bidding process.
How effective is the GSA's Public Buildings Service in managing emergency response contracts?
The effectiveness of GSA's Public Buildings Service (PBS) in managing emergency response contracts can be assessed through various lenses. PBS manages a vast portfolio of federal buildings and has established procedures for emergency procurements, often leveraging pre-negotiated contract vehicles or rapid award processes. Their effectiveness is demonstrated by their ability to quickly mobilize resources to address critical infrastructure needs, as seen in this award. However, the inherent challenges of emergency contracting—speed versus cost, limited competition—mean that continuous oversight, clear performance metrics, and post-award reviews are essential to ensure accountability and value for taxpayer money.
What is the historical spending pattern for emergency flood restoration services by the General Services Administration?
Historical spending patterns for emergency flood restoration by the GSA would require analyzing aggregated contract data over several fiscal years. This would involve searching for contracts categorized under emergency response, flood damage, and facilities restoration services awarded by GSA nationwide or within specific regions like Maryland. Understanding the frequency, average award amounts, and typical contract durations for such services would provide context for the current $20,785.62 award. Significant fluctuations might indicate changes in climate events, infrastructure vulnerability, or GSA's procurement strategies for emergency situations.
What are the implications of awarding emergency contracts on a sole-source basis for long-term facility management strategies?
Awarding emergency contracts on a sole-source basis, while necessary for immediate response, can have implications for long-term facility management strategies. Over-reliance on non-competitive emergency awards might disincentivize proactive maintenance and risk mitigation planning, as agencies may become accustomed to addressing issues reactively. It can also limit opportunities for developing relationships with a broader range of qualified vendors, potentially hindering the government's ability to secure competitive pricing and innovative solutions for routine and planned maintenance. Strategic planning should aim to minimize the need for emergency actions through robust preventative maintenance programs.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR BUILDINGS
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: EQPMAA-26-0157
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1255 UNION ST NE STE 700, WASHINGTON, DC, 20002
Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Joint Venture Women Owned Small Business, 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, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $20,786
Exercised Options: $20,786
Current Obligation: $20,786
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47PM0724D0001
IDV Type: IDC
Timeline
Start Date: 2026-01-25
Current End Date: 2026-02-24
Potential End Date: 2026-02-24 00:00:00
Last Modified: 2026-04-08
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)