GSA awards $57K for damper replacement at Omaha Federal Building, highlighting facilities maintenance needs
Contract Overview
Contract Amount: $57,327 ($57.3K)
Contractor: Wilson 5 Service Company, Inc.
Awarding Agency: General Services Administration
Start Date: 2026-04-08
End Date: 2026-07-08
Contract Duration: 91 days
Daily Burn Rate: $630/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: REPLACE THE EXHAUST AIR DAMPERS AND ACTUATORS ON THE SOUTH SIDE OF THE NORTH EXHAUST AIR SHAFT AT THE ROMAN L. HRUSKA FEDERAL BUILDING AT 111 S. 18TH PLAZA, OMAHA NE.
Place of Performance
Location: OMAHA, DOUGLAS County, NEBRASKA, 68102
State: Nebraska Government Spending
Plain-Language Summary
General Services Administration obligated $57,326.5 to WILSON 5 SERVICE COMPANY, INC. for work described as: REPLACE THE EXHAUST AIR DAMPERS AND ACTUATORS ON THE SOUTH SIDE OF THE NORTH EXHAUST AIR SHAFT AT THE ROMAN L. HRUSKA FEDERAL BUILDING AT 111 S. 18TH PLAZA, OMAHA NE. Key points: 1. Contract focuses on essential building system maintenance, ensuring operational integrity. 2. Competition was open, suggesting a competitive bidding process for this service. 3. The contract duration is relatively short, indicating a specific, time-bound task. 4. This award falls under facilities support services, a critical component of government operations. 5. The fixed-price structure aims to control costs for this specific repair work.
Value Assessment
Rating: good
The contract value of $57,326.50 for replacing air dampers and actuators appears reasonable for specialized facilities maintenance. Benchmarking against similar GSA contracts for HVAC component replacement in federal buildings of comparable size and complexity would provide further context. The firm fixed-price nature of the award suggests that the government has a clear understanding of the scope and associated costs, aiming to mitigate financial risk.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while the initial solicitation may have had some restrictions, the final award was made after a broad competitive process. This suggests that multiple qualified vendors had the opportunity to bid, fostering price discovery and potentially leading to a more competitive price for the government.
Taxpayer Impact: A full and open competition generally benefits taxpayers by ensuring that the government receives the best possible price through a wide range of bids, preventing potential overpayment that could occur with less competitive methods.
Public Impact
Federal employees and visitors at the Roman L. Hruska Federal Building in Omaha, NE, will benefit from improved air quality and HVAC system reliability. The services delivered include the replacement of critical air exhaust dampers and actuators, essential for maintaining building environmental controls. The geographic impact is localized to Omaha, Nebraska, specifically the Roman L. Hruska Federal Building. This contract supports the facilities maintenance workforce, likely involving skilled technicians for the repair and installation.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for unforeseen issues during damper replacement requiring additional scope or cost adjustments.
- Dependence on specialized parts availability which could impact the timeline.
- Ensuring the long-term reliability of the new components beyond the contract period.
Positive Signals
- Clear scope of work for a specific, essential maintenance task.
- Firm fixed-price contract limits cost uncertainty for the government.
- Awarded through a competitive process, suggesting a fair market price was achieved.
Sector Analysis
This contract falls within the Facilities Support Services sector, a broad category encompassing maintenance, repair, and operational support for government buildings. The market for these services is competitive, with numerous providers ranging from small local businesses to large national corporations. Spending in this sector is consistent across federal agencies to ensure the upkeep and functionality of government infrastructure, with specific contract values varying based on the complexity and scale of the required services.
Small Business Impact
The contract was awarded through full and open competition and does not indicate any specific small business set-aside. While Wilson 5 Service Company, Inc. is not explicitly identified as a small business in the provided data, the competitive nature of the award suggests opportunities for small businesses to participate as subcontractors if they possess the necessary expertise and are sought by the prime contractor.
Oversight & Accountability
Oversight for this contract would typically be managed by the General Services Administration (GSA) contracting officer and potentially a contract specialist or project manager. Accountability is ensured through the firm fixed-price terms, requiring the contractor to complete the specified work within the agreed budget. Transparency is facilitated by the public nature of federal contract awards, allowing for review of contract details and performance.
Related Government Programs
- Federal Building Maintenance Contracts
- HVAC System Repair and Maintenance
- General Services Administration Facilities Management
- Public Buildings Service Operations
Risk Flags
- Potential for scope creep if unforeseen issues arise during replacement.
- Contractor performance risk - ensuring quality and timeliness.
- Supply chain risk for specialized damper components.
Tags
facilities-support-services, general-services-administration, public-buildings-service, roman-l-hruska-federal-building, omaha, nebraska, delivery-order, firm-fixed-price, full-and-open-competition, hvac-maintenance, building-systems, medium-value-contract
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $57,326.5 to WILSON 5 SERVICE COMPANY, INC.. REPLACE THE EXHAUST AIR DAMPERS AND ACTUATORS ON THE SOUTH SIDE OF THE NORTH EXHAUST AIR SHAFT AT THE ROMAN L. HRUSKA FEDERAL BUILDING AT 111 S. 18TH PLAZA, OMAHA NE.
Who is the contractor on this award?
The obligated recipient is WILSON 5 SERVICE COMPANY, INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $57,326.5.
What is the period of performance?
Start: 2026-04-08. End: 2026-07-08.
What is the track record of Wilson 5 Service Company, Inc. with the federal government, particularly with the GSA?
Information regarding the specific track record of Wilson 5 Service Company, Inc. with the federal government, and the GSA in particular, is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or commendations associated with this contractor on federal procurement databases. Understanding their history with similar facilities maintenance or HVAC repair contracts would be crucial for evaluating their reliability and capability in executing this current award effectively.
How does the $57,326.50 award compare to similar damper replacement contracts?
Benchmarking this $57,326.50 award against similar contracts for replacing air exhaust dampers and actuators requires access to a broader dataset of federal procurement actions. Factors such as the specific type and size of dampers, the complexity of the existing HVAC system, the labor rates in Omaha, NE, and the overall scope of work (including any associated system diagnostics or modifications) significantly influence pricing. Without comparable contract data, it is difficult to definitively state whether this price represents a premium, a fair market value, or a bargain. However, the firm fixed-price nature and full and open competition suggest an effort to secure competitive pricing.
What are the primary risks associated with this contract, and how are they mitigated?
The primary risks associated with this contract include potential unforeseen technical challenges during the replacement process (e.g., discovering additional damage or incompatibility), delays in obtaining necessary parts, and the possibility of the new components not performing to expectations. Mitigation strategies are embedded in the contract structure: the firm fixed-price nature caps the financial exposure for the government, requiring the contractor to absorb unexpected costs. The competitive bidding process aims to select a capable vendor, and the defined scope of work and delivery order timeline provide clear expectations. Post-installation inspection and testing would further mitigate performance risks.
How effective is the GSA's Public Buildings Service in managing facilities maintenance contracts like this one?
The GSA's Public Buildings Service (PBS) is responsible for managing a vast portfolio of federal buildings and is generally considered experienced in overseeing facilities maintenance contracts. Their effectiveness is demonstrated through the sheer scale of operations they manage and their established procurement processes. However, like any large organization, effectiveness can vary. Success in managing contracts like this one depends on robust contract administration, diligent oversight, clear performance metrics, and responsive issue resolution. The competitive award process used here is a standard and generally effective method for ensuring value and selecting qualified contractors for routine maintenance tasks.
What is the historical spending trend for facilities support services at the Roman L. Hruska Federal Building?
Historical spending data specifically for facilities support services at the Roman L. Hruska Federal Building is not provided in the current data. To analyze this, one would need to examine past GSA contracts awarded for maintenance, repair, and operational services at this specific location over several fiscal years. This analysis would reveal trends in spending, identify recurring needs (like HVAC maintenance), and potentially highlight any significant increases or decreases in expenditure that might warrant further investigation into efficiency or emerging issues.
Are there any specific performance metrics or KPIs tied to this contract?
The provided data does not explicitly detail specific performance metrics or Key Performance Indicators (KPIs) for this contract. However, standard practice for facilities maintenance contracts typically includes metrics related to timely completion of work, adherence to safety protocols, quality of installation, and proper functioning of the replaced components. The firm fixed-price nature implies that successful completion of the defined scope within the specified timeframe is the primary performance expectation. The GSA contracting officer would be responsible for verifying that the work meets all technical specifications and operational requirements.
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 AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 47PD5126Q9938
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 6 PAGE ST, KITTERY, ME, 03904
Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $57,327
Exercised Options: $57,327
Current Obligation: $57,327
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47PG0121D0007
IDV Type: IDC
Timeline
Start Date: 2026-04-08
Current End Date: 2026-07-08
Potential End Date: 2026-07-08 00:00:00
Last Modified: 2026-04-07
More Contracts from Wilson 5 Service Company, Inc.
- This IS a NEW Requirement for Janitorial and Ground Maintenance AT the Montgomery Regional Office. the Base Period of Performance Begins on 04/02/2025 to 04/01/2026 — $686.7K (Department of Veterans Affairs)
- VFD AHU 8 Triple Duty Valve for the HOT Water Loop Pump #4 AT the Zorinsky Federal Building, 1616 Capitol AVE. Omaha NE, 68102.(general Services Administration) — $37.0K (General Services Administration)
- Replace 114 Fluorescent Lights Located in 6 Stairwells, Loading Dock and Mechanical Room AT Hruska Federal Courthouse Omaha NE 68102.(general Services Administration) — $31.2K (General Services 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)