GSA awards $97.7K purchase order for emergency roof failure analysis at FBI CRC

Contract Overview

Contract Amount: $97,748 ($97.7K)

Contractor: Architectural Testing, Inc.

Awarding Agency: General Services Administration

Start Date: 2025-10-14

End Date: 2026-06-12

Contract Duration: 241 days

Daily Burn Rate: $406/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: EMERGENCY LIFE SAFETY FUNDING NEEDED FOR ADDITIONAL AE SITE VISITS, MEETINGS, AND TESTING RESULTS ANALYSIS TO DETERMINE THE ROOT CAUSE OF THE FBI CRC ROOF FAILURE AND PROVIDE SOLUTIONS TO MITIGATE ROOF TAR LEACHING ONTO CRITICAL RECORDS STORAGE BINS.

Place of Performance

Location: WINCHESTER, WINCHESTER CITY County, VIRGINIA, 22601

State: Virginia Government Spending

Plain-Language Summary

General Services Administration obligated $97,747.5 to ARCHITECTURAL TESTING, INC. for work described as: EMERGENCY LIFE SAFETY FUNDING NEEDED FOR ADDITIONAL AE SITE VISITS, MEETINGS, AND TESTING RESULTS ANALYSIS TO DETERMINE THE ROOT CAUSE OF THE FBI CRC ROOF FAILURE AND PROVIDE SOLUTIONS TO MITIGATE ROOF TAR LEACHING ONTO CRITICAL RECORDS STORAGE BINS. Key points: 1. Contract addresses urgent need for root cause analysis of roof failure and mitigation of tar leaching. 2. Sole-source award raises questions about competition and potential for better pricing. 3. Short contract duration suggests a focused scope for immediate problem resolution. 4. Work is concentrated in Virginia, impacting a specific federal facility. 5. The contract falls under testing laboratories and services, a niche but critical support function.

Value Assessment

Rating: questionable

The contract value of $97,747.50 appears reasonable for specialized testing and analysis services related to a critical infrastructure failure. However, without a competitive bidding process, it is difficult to benchmark against market rates or similar contracts to definitively assess value for money. The urgency of the situation may have necessitated a direct award, but this limits transparency in pricing.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning only one vendor, Architectural Testing, Inc., was solicited. This approach is typically used when there is a unique capability or an urgent need that cannot be met through a competitive process. The lack of competition means that the government did not explore alternative vendors or pricing structures, potentially leading to a higher cost than if multiple bids were received.

Taxpayer Impact: For taxpayers, a sole-source award means there is less assurance that the government secured the best possible price. The absence of competition removes the downward pressure on pricing that typically occurs in a robust bidding environment.

Public Impact

The FBI's Criminal Records Complex (CRC) benefits from the analysis to prevent further damage to critical records. Services include site visits, meetings, and testing to identify the root cause of roof failure. The geographic impact is localized to the FBI CRC facility in Virginia. The outcome aims to protect sensitive government records from environmental damage.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits price discovery and potential savings.
  • Urgency may have bypassed standard procurement procedures, reducing oversight.
  • Scope is narrowly defined, potentially requiring future contracts for full remediation.

Positive Signals

  • Addresses an emergency life safety and records preservation need.
  • Focuses on a critical infrastructure issue at a key federal facility.
  • Contracted vendor likely possesses specialized expertise for this type of failure analysis.

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically focusing on testing laboratories and services (NAICS code 541380). This sector is crucial for ensuring the integrity and safety of federal infrastructure. Comparable spending in this area can vary widely depending on the complexity of the issue, but specialized forensic analysis for building failures often commands premium pricing due to the required expertise and equipment.

Small Business Impact

This contract was not competed and there is no indication of small business set-aside or subcontracting requirements. The nature of specialized testing and analysis for infrastructure failure often requires specific certifications and capabilities that may not be readily available from small businesses, though this is not explicitly stated.

Oversight & Accountability

Oversight for this contract would primarily fall under the General Services Administration (GSA), specifically the Public Buildings Service, which manages federal facilities. As a purchase order, it is subject to GSA's internal procurement regulations and financial controls. Transparency is limited due to the sole-source nature, but contract performance and deliverables would be monitored by the contracting officer.

Related Government Programs

  • Federal Buildings Fund
  • Architectural and Engineering Services
  • Infrastructure Maintenance and Repair
  • Emergency Response Contracts

Risk Flags

  • Sole-source award
  • Urgent need justification
  • Potential for cost overruns
  • Limited competition

Tags

testing-laboratories-and-services, general-services-administration, architectural-testing-inc, purchase-order, sole-source, firm-fixed-price, emergency-funding, roof-failure, fbi-crc, virginia, infrastructure-maintenance

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $97,747.5 to ARCHITECTURAL TESTING, INC.. EMERGENCY LIFE SAFETY FUNDING NEEDED FOR ADDITIONAL AE SITE VISITS, MEETINGS, AND TESTING RESULTS ANALYSIS TO DETERMINE THE ROOT CAUSE OF THE FBI CRC ROOF FAILURE AND PROVIDE SOLUTIONS TO MITIGATE ROOF TAR LEACHING ONTO CRITICAL RECORDS STORAGE BINS.

Who is the contractor on this award?

The obligated recipient is ARCHITECTURAL TESTING, INC..

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $97,747.5.

What is the period of performance?

Start: 2025-10-14. End: 2026-06-12.

What is the specific expertise of Architectural Testing, Inc. that made them the sole-source provider?

The provided data does not specify the unique qualifications of Architectural Testing, Inc. that led to the sole-source award. Typically, sole-source justifications require documentation detailing why only one vendor can meet the requirement, such as unique patented technology, specialized testing equipment, or prior experience with the specific failure mode at this exact facility. Without this justification, it's difficult to assess if the government adequately explored alternatives or if the vendor's expertise is truly indispensable for this emergency.

How does the $97,747.50 cost compare to similar roof failure analysis contracts?

Benchmarking this specific contract's cost is challenging without access to a broader database of similar sole-source or competitively awarded roof failure analysis contracts. However, for a focused emergency response involving site visits, meetings, and detailed analysis to diagnose a critical infrastructure issue like roof tar leaching onto records, this amount appears within a plausible range for specialized engineering and testing services. The lack of competition, however, prevents a definitive assessment of whether this represents optimal value for money compared to what could have been achieved through a competitive process.

What are the primary risks associated with this sole-source award?

The primary risks associated with this sole-source award include potential overpayment due to the absence of competitive pricing pressure, and a lack of assurance that the most capable or cost-effective vendor was selected. There's also a risk that the urgency of the situation may have led to a less thorough vetting of the vendor's qualifications or proposed approach. Furthermore, the limited scope defined by the contract duration (241 days) suggests that additional, potentially costly, contracts may be needed for full remediation, the pricing of which is also not subject to competition at this stage.

What is the expected outcome of the testing and analysis?

The expected outcome of the testing and analysis is the determination of the root cause of the FBI CRC roof failure. This will involve identifying why the roof is failing and why tar is leaching onto critical records storage bins. Based on this analysis, the vendor is expected to provide solutions to mitigate the ongoing tar leaching. This will enable the GSA and the FBI to implement corrective actions to protect the records and prevent future occurrences, ensuring the integrity of sensitive government information.

What is the historical spending pattern for roof maintenance or failure analysis at the FBI CRC?

The provided data does not include historical spending patterns for roof maintenance or failure analysis at the FBI CRC. To assess this, one would need to review past GSA contracts or facility management records for this specific site. Understanding historical spending could provide context on whether this is a recurring issue, if previous solutions were effective, and how the current contract's value compares to past investments in addressing similar problems at this facility.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesTesting Laboratories and Services

Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&DSPECIAL STUDIES - NOT R and D

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: EQ3PCN-26-0002

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Intertek Group PLC

Address: 130 DERRY CT, YORK, PA, 17406

Business Categories: Category Business, Corporate Entity Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Not Designated a Small Business, Special Designations

Financial Breakdown

Contract Ceiling: $97,748

Exercised Options: $97,748

Current Obligation: $97,748

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2025-10-14

Current End Date: 2026-06-12

Potential End Date: 2026-06-12 00:00:00

Last Modified: 2026-04-09

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending