GSA awards $8.76M for cooling tower upgrades, with DAE SUNG LLC securing the contract

Contract Overview

Contract Amount: $8,762 ($8.8K)

Contractor: DAE Sung LLC

Awarding Agency: General Services Administration

Start Date: 2026-04-02

End Date: 2026-07-20

Contract Duration: 109 days

Daily Burn Rate: $80/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: 47PC5426F0131 - COOLING TOWER EFFICIENCY UPGRADES

Place of Performance

Location: PROVIDENCE, PROVIDENCE County, RHODE ISLAND, 02903

State: Rhode Island Government Spending

Plain-Language Summary

General Services Administration obligated $8,761.86 to DAE SUNG LLC for work described as: 47PC5426F0131 - COOLING TOWER EFFICIENCY UPGRADES Key points: 1. The contract value of $8.76 million for cooling tower efficiency upgrades represents a significant investment in facility modernization. 2. The award was made under a Blanket Purchase Agreement (BPA) Call, suggesting a pre-negotiated framework for services. 3. The fixed-price contract type aims to control costs and provide budget certainty for the General Services Administration (GSA). 4. The duration of approximately 109 days indicates a focused scope of work for the upgrades. 5. The contract was awarded through full and open competition, implying a robust selection process. 6. The absence of small business set-aside flags suggests the primary contractor is not a small business, and subcontracting opportunities may be limited.

Value Assessment

Rating: good

Benchmarking the $8.76 million cost for cooling tower efficiency upgrades is challenging without specific project details and scope. However, the firm fixed-price structure suggests a commitment to cost control. The award through a BPA Call implies that pricing may have been previously vetted, potentially offering a degree of value assurance. Further analysis would require comparing the scope of work and expected energy savings against industry standards for similar upgrade projects.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded through full and open competition, indicating that multiple vendors had the opportunity to bid. The specific number of bidders is not provided, but this method generally fosters competitive pricing and encourages contractors to offer their best value. The GSA's use of this procurement approach suggests a desire to ensure fair market pricing and access to a wide range of qualified service providers for essential facility maintenance.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it typically leads to more competitive pricing and a wider selection of qualified contractors, maximizing the value of federal dollars spent on facility upgrades.

Public Impact

Federal buildings managed by the GSA, particularly those in Rhode Island, will benefit from improved cooling system efficiency. The upgrades are expected to enhance the operational performance and potentially reduce energy consumption of cooling towers. This project supports the modernization of federal infrastructure, contributing to more sustainable government operations. The contract supports the facilities management sector by providing work for specialized contractors and their employees.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The facilities support services sector, encompassing services like HVAC maintenance and upgrades, is a critical component of government operations. This contract falls within the broader category of facilities management and infrastructure modernization. The market for such services is competitive, with numerous providers specializing in energy efficiency and building systems. The GSA, as a major property manager, frequently procures these types of services to maintain its vast portfolio of federal buildings.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). This suggests that the primary award went to a larger entity or that the competition was open to all qualified offerors regardless of size. Consequently, there may be limited direct subcontracting opportunities for small businesses unless DAE SUNG LLC voluntarily engages them. The impact on the small business ecosystem is likely minimal unless subcontracting plans are implemented.

Oversight & Accountability

The General Services Administration (GSA) typically has robust oversight mechanisms for its contracts, including performance monitoring and quality assurance. As this is a BPA Call, the underlying BPA likely has established terms and conditions governing oversight. The firm fixed-price nature of the award encourages contractor accountability for delivering the specified upgrades within budget. Transparency is generally maintained through contract databases, though specific performance reports may not always be publicly accessible.

Related Government Programs

Risk Flags

Tags

facilities-support-services, general-services-administration, rhode-island, capital-expenditure, energy-efficiency, cooling-tower-upgrades, full-and-open-competition, bpa-call, firm-fixed-price, infrastructure-modernization

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $8,761.86 to DAE SUNG LLC. 47PC5426F0131 - COOLING TOWER EFFICIENCY UPGRADES

Who is the contractor on this award?

The obligated recipient is DAE SUNG LLC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Public Buildings Service).

What is the total obligated amount?

The obligated amount is $8,761.86.

What is the period of performance?

Start: 2026-04-02. End: 2026-07-20.

What is the specific scope of work for the cooling tower efficiency upgrades?

The provided data does not detail the specific scope of work for the cooling tower efficiency upgrades. It indicates the contract is for 'COOLING TOWER EFFICIENCY UPGRADES' and was awarded to DAE SUNG LLC by the General Services Administration (GSA) under a BPA Call. Typically, such upgrades could involve replacing components like fans, motors, pumps, or control systems with more energy-efficient models, improving water management, or enhancing insulation. The firm fixed-price nature suggests a defined set of deliverables, but without further documentation, the exact tasks and expected outcomes remain unspecified. The duration of 109 days implies a focused project rather than a complete overhaul of multiple systems.

How does the contract value of $8.76 million compare to similar cooling tower upgrade projects?

Comparing the $8.76 million contract value requires detailed information on the scope, scale, and location of similar projects. However, for large federal facilities or multiple buildings, this figure is within a plausible range for significant cooling tower efficiency upgrades. Factors influencing cost include the number of towers, their size, the complexity of the required work (e.g., component replacement vs. system overhaul), and the specific technologies implemented. The firm fixed-price structure suggests that this amount covers all anticipated costs, including labor, materials, and contractor profit. Without specific benchmarks for comparable GSA projects or private sector equivalents with identical scope, a precise value-for-money assessment is difficult.

What is DAE SUNG LLC's track record with GSA and similar contracts?

Information regarding DAE SUNG LLC's specific track record with the GSA or similar cooling tower efficiency upgrade contracts is not provided in the abbreviated data. To assess their performance history, one would typically review past contract awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any history of disputes or contract modifications. As this award is a BPA Call, it suggests DAE SUNG LLC may have existing agreements or a prior relationship with GSA, potentially indicating a level of established performance. Further investigation into public contract databases and performance reports would be necessary for a comprehensive understanding of their capabilities and reliability.

What are the expected energy savings or performance improvements from these upgrades?

The provided data does not specify the expected energy savings or performance improvements resulting from the cooling tower efficiency upgrades. While the contract title explicitly mentions 'efficiency upgrades,' the quantitative targets for energy reduction, cost savings, or operational enhancements are not included. Such metrics are crucial for evaluating the return on investment and the overall success of the project. Typically, these would be outlined in the contract's statement of work or performance requirements. Without this information, it is impossible to determine the precise impact of the $8.76 million investment on the GSA's energy consumption and operational costs.

What is the historical spending pattern for cooling tower maintenance and upgrades by the GSA?

The provided data focuses on a single contract award and does not offer historical spending patterns for cooling tower maintenance and upgrades by the GSA. To analyze historical spending, one would need access to aggregated contract data over several fiscal years, broken down by agency, service type, and potentially by facility or region. This would allow for trend analysis, identification of significant spending fluctuations, and benchmarking against current investments. Understanding past spending levels would provide context for the $8.76 million award, indicating whether it represents an increase, decrease, or steady investment in this area.

Industry Classification

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

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR 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: 23808 W ANDREW RD, PLAINFIELD, IL, 60585

Business Categories: 8(a) Program Participant, American Indian Owned Business, Category Business, Government, Native American Tribal Government, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $8,762

Exercised Options: $8,762

Current Obligation: $8,762

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47PB0022A0004

IDV Type: BPA

Timeline

Start Date: 2026-04-02

Current End Date: 2026-07-20

Potential End Date: 2026-07-20 00:00:00

Last Modified: 2026-04-02

More Contracts from DAE Sung LLC

View all DAE Sung LLC federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending