GSA awards $3,700 firm-fixed-price order for AC unit replacement in Laredo, TX
Contract Overview
Contract Amount: $3,700 ($3.7K)
Contractor: Ncs/Eml Joint Venture III, LLC
Awarding Agency: General Services Administration
Start Date: 2026-03-31
End Date: 2026-04-22
Contract Duration: 22 days
Daily Burn Rate: $168/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE PURPOSE OF THIS TASK ORDER IS TO REPLACE A 3-TON WALL MOUNTED AC UNIT AT THE LAREDO TEXAS (TX0511LR)
Place of Performance
Location: LAREDO, WEBB County, TEXAS, 78040
State: Texas Government Spending
Plain-Language Summary
General Services Administration obligated $3,700 to NCS/EML JOINT VENTURE III, LLC for work described as: THE PURPOSE OF THIS TASK ORDER IS TO REPLACE A 3-TON WALL MOUNTED AC UNIT AT THE LAREDO TEXAS (TX0511LR) Key points: 1. Value for money appears reasonable given the fixed-price nature and short duration. 2. Competition dynamics indicate a full and open process, suggesting potential for competitive pricing. 3. Risk indicators are low due to the straightforward nature of the task and fixed-price contract. 4. Performance context is a single task order for facilities maintenance. 5. Sector positioning is within facilities support services, a common government contracting area.
Value Assessment
Rating: good
The contract value of $3,700 for a 3-ton wall-mounted AC unit replacement is within a reasonable range for such services. While specific benchmarking is difficult without detailed scope, the firm-fixed-price structure limits cost overrun risks for the government. The short duration of 22 days also suggests a focused and manageable task, contributing to predictable costs.
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 the solicitation was broadly advertised and multiple bids were likely considered. This competitive approach is generally favorable for price discovery and ensuring the government receives competitive offers.
Taxpayer Impact: A full and open competition suggests that taxpayers benefit from a process designed to solicit the best possible pricing and service offerings from a wide range of qualified vendors.
Public Impact
Federal employees at the Laredo, Texas facility will benefit from a functional and reliable air conditioning system. The service delivered is the replacement of a critical HVAC component. The geographic impact is localized to the federal building in Laredo, Texas (TX0511LR). Workforce implications are minimal, likely involving a small team of HVAC technicians for the installation.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Positive Signals
- Awarded under full and open competition, indicating a robust bidding process.
- Firm-fixed-price contract type helps control costs and manage budget.
- Short performance period minimizes potential for extended disruptions or cost creep.
Sector Analysis
This contract falls under the Facilities Support Services sector, specifically related to building maintenance and repair. The North American Industry Classification System (NAICS) code 561210, Facilities Support Services, encompasses a broad range of services for maintaining and operating buildings and other facilities. Government spending in this area is consistent and substantial, supporting the operational needs of federal agencies across the country.
Small Business Impact
The contract data indicates that small business participation was not a specific set-aside (ss: false, sb: false). Therefore, the direct impact on small businesses through this specific award is unlikely, unless NCS/EML JOINT VENTURE III, LLC utilizes small business subcontractors, which is not detailed in the provided data.
Oversight & Accountability
Oversight for this task order would typically fall under the General Services Administration (GSA), specifically the Public Buildings Service, which manages federal real estate. Accountability is maintained through the firm-fixed-price contract terms and the delivery order process. Transparency is generally available through federal procurement databases like FPDS.
Related Government Programs
- Federal Buildings Maintenance
- HVAC Services
- Facilities Management Contracts
- General Services Administration Procurement
Tags
facilities-support-services, general-services-administration, public-buildings-service, firm-fixed-price, delivery-order, full-and-open-competition, hvac, texas, laredo, small-value-contract
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $3,700 to NCS/EML JOINT VENTURE III, LLC. THE PURPOSE OF THIS TASK ORDER IS TO REPLACE A 3-TON WALL MOUNTED AC UNIT AT THE LAREDO TEXAS (TX0511LR)
Who is the contractor on this award?
The obligated recipient is NCS/EML JOINT VENTURE III, LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $3,700.
What is the period of performance?
Start: 2026-03-31. End: 2026-04-22.
What is the track record of NCS/EML JOINT VENTURE III, LLC with the GSA?
Information regarding the specific track record of NCS/EML JOINT VENTURE III, LLC with the General Services Administration (GSA) is not detailed in the provided data snippet. A comprehensive assessment would require reviewing their past performance on previous contracts, including any awards, task orders, and performance evaluations. This would involve searching federal procurement databases for their contract history, payment performance, and any reported issues or commendations. Understanding their history with GSA, particularly on similar facilities support services, would provide context for their reliability and capability in executing this task order.
How does the $3,700 cost compare to similar AC unit replacement contracts?
Benchmarking the $3,700 cost for a 3-ton wall-mounted AC unit replacement against similar contracts is challenging without access to a broader dataset of comparable federal procurements. However, for a single unit replacement of this size, the price appears to be within a reasonable range for a firm-fixed-price contract, especially considering potential labor, materials, and overhead costs. Factors such as prevailing wage rates in Laredo, Texas, the specific model of the AC unit, and any specialized installation requirements could influence the final price. A detailed market analysis or comparison with other GSA or agency contracts for similar HVAC services would be needed for a precise value-for-money assessment.
What are the primary risks associated with this contract?
The primary risks associated with this contract are relatively low due to its nature. Potential risks include minor delays in delivery or installation, unforeseen complications during the replacement process that might require minor scope adjustments (though the firm-fixed-price contract aims to mitigate cost impacts), or the possibility of the new unit not meeting performance specifications. However, the short duration (22 days) and the straightforward task of replacing a single AC unit limit the exposure to significant risks. The GSA's oversight and the firm-fixed-price structure further mitigate financial and performance risks for the government.
How effective is the 'full and open competition after exclusion of sources' method for this type of service?
The 'full and open competition after exclusion of sources' method is generally effective for procuring routine facilities support services like AC unit replacement. This approach ensures a broad base of potential bidders, fostering competition that can lead to better pricing and service quality. While it might involve slightly more administrative effort than a sole-source award, it provides a strong basis for ensuring the government obtains fair market value. For a task order of this size and nature, it strikes a balance between ensuring competition and managing procurement complexity, making it a suitable method for achieving value for taxpayers.
What is the historical spending pattern for Facilities Support Services by the GSA?
The General Services Administration (GSA) is a major procurer of Facilities Support Services, consistently awarding billions of dollars annually across various contracts. Historical spending patterns show a significant and steady investment in maintaining and operating federal buildings nationwide. This includes a wide array of services such as janitorial, HVAC maintenance, groundskeeping, security, and repairs. The GSA's spending in this category is driven by its mandate to manage and provide workspace for federal agencies, making it a critical and substantial component of its overall budget. Spending fluctuates based on infrastructure needs, modernization projects, and agency space requirements.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 11501 PLANTSIDE DR STE 4, LOUISVILLE, KY, 40299
Business Categories: Category Business, Hispanic American Owned Business, Minority Owned Business, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,700
Exercised Options: $3,700
Current Obligation: $3,700
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47PH0221D0008
IDV Type: IDC
Timeline
Start Date: 2026-03-31
Current End Date: 2026-04-22
Potential End Date: 2026-04-22 00:00:00
Last Modified: 2026-04-01
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)