GSA awards $38.5K contract for snow removal at Kansas City's Bannister Federal Building
Contract Overview
Contract Amount: $38,519 ($38.5K)
Contractor: JOB ONE
Awarding Agency: General Services Administration
Start Date: 2025-12-01
End Date: 2026-03-31
Contract Duration: 120 days
Daily Burn Rate: $321/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: SNOW REMOVAL BANNISTER FEDERAL BUILDING KANSAS CITY MO.
Place of Performance
Location: KANSAS CITY, JACKSON County, MISSOURI, 64134
State: Missouri Government Spending
Plain-Language Summary
General Services Administration obligated $38,518.7 to JOB ONE for work described as: SNOW REMOVAL BANNISTER FEDERAL BUILDING KANSAS CITY MO. Key points: 1. Contract value appears low for a 120-day service period, potentially indicating a limited scope or highly competitive pricing. 2. The contract is a delivery order, suggesting it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract. 3. The fixed-price contract type offers cost certainty for the government. 4. The service period covers the critical winter months, ensuring operational continuity. 5. The contractor, JOB ONE, is responsible for providing essential snow removal services. 6. The General Services Administration (GSA) is the awarding agency, overseeing federal building maintenance.
Value Assessment
Rating: fair
The contract value of $38,518.70 for a 120-day period (approximately $321 per day) seems reasonable for basic snow removal services in a single location. However, without knowing the specific square footage to be cleared, the expected snowfall, or the required response times, a definitive value-for-money assessment is difficult. Compared to larger municipal snow removal contracts, this appears to be a smaller, localized service.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
The contract was awarded as 'NOT AVAILABLE FOR COMPETITION,' indicating a sole-source or limited competition procurement. This could be due to the delivery order being placed against an existing IDIQ contract that was previously competed, or specific circumstances justifying a non-competitive award. The lack of open competition means potential savings from a broader bidding process may have been foregone.
Taxpayer Impact: Sole-source awards can sometimes lead to higher prices for taxpayers if robust market research and justification are not thoroughly conducted.
Public Impact
Federal employees and visitors at the Bannister Federal Building in Kansas City, MO, will benefit from safe and accessible grounds during winter months. Essential snow and ice removal services will be delivered to maintain building access and prevent accidents. The geographic impact is localized to the Bannister Federal Building in Kansas City, Missouri. The contract supports the operational continuity of federal services housed within the building.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competitive bidding raises concerns about optimal pricing and potential for cost overruns if not managed closely.
- The specific scope of work and service level agreements are not detailed, creating potential ambiguity in performance expectations.
- Reliance on a single source without clear justification could indicate a missed opportunity for better value.
Positive Signals
- The contract is a firm-fixed-price award, providing cost predictability for the government.
- The service period aligns with the typical winter season, ensuring coverage during critical months.
- The awarding agency, GSA, is experienced in managing federal building services.
Sector Analysis
Snow removal services fall under the broader facilities maintenance and management sector. This contract represents a small expenditure within the federal government's overall spending on building operations and maintenance. The market for snow removal is typically localized, with numerous small to medium-sized businesses offering these services. Federal contracts in this space often leverage IDIQ vehicles to streamline procurement for recurring needs across various locations.
Small Business Impact
The data indicates this contract was not awarded to a small business (ss: false) and does not appear to have a small business set-aside component (sb: false). There is no information provided on subcontracting plans. This specific award does not directly benefit the small business ecosystem through set-asides, though the prime contractor may utilize small businesses for subcontracting if not explicitly prohibited.
Oversight & Accountability
The General Services Administration (GSA) Public Buildings Service is responsible for overseeing this contract. Oversight would typically involve contract administration, performance monitoring, and ensuring compliance with the terms and conditions. As a delivery order under a potentially larger IDIQ, oversight might be integrated into the broader contract management framework. Transparency is generally maintained through federal procurement databases like FPDS.
Related Government Programs
- Federal Building Maintenance Contracts
- GSA Facilities Management
- Winter Operations Support Services
- Commercial Snow and Ice Management
Risk Flags
- Sole-source award justification
- Scope of work clarity
- Performance history of contractor
Tags
gsa, general-services-administration, snow-removal, facilities-maintenance, kansas-city, missouri, delivery-order, firm-fixed-price, sole-source, federal-building, winter-services
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $38,518.7 to JOB ONE. SNOW REMOVAL BANNISTER FEDERAL BUILDING KANSAS CITY MO.
Who is the contractor on this award?
The obligated recipient is JOB ONE.
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $38,518.7.
What is the period of performance?
Start: 2025-12-01. End: 2026-03-31.
What is the typical cost range for snow removal services for a federal building of similar size and location?
Determining a precise cost range without detailed specifications is challenging. However, typical snow removal contracts for federal buildings can vary significantly based on size, location, expected snowfall, and service level agreements (e.g., response time, clearing frequency, de-icing). For a single building like the Bannister Federal Building, a contract value of around $38,500 for a full winter season (approx. 120 days) suggests a moderate scope. Larger federal complexes or those in regions with heavy snowfall could see costs ranging from tens of thousands to hundreds of thousands of dollars annually. The daily rate implied here ($321/day) is on the lower end for comprehensive services, potentially indicating a focus on essential clearing rather than extensive plowing or treatment.
What is the track record of JOB ONE in providing federal snow removal services?
Information regarding JOB ONE's specific track record in providing federal snow removal services is not detailed in the provided data. As the contractor for this delivery order, their performance on this contract will be a key indicator. To assess their track record, one would typically review past performance evaluations (if available in systems like the Contractor Performance Assessment Reporting System - CPARS), other federal contracts they have held for similar services, and their overall business history. Without this external data, it's difficult to gauge their experience and reliability beyond their ability to secure this particular award.
How does the 'NOT AVAILABLE FOR COMPETITION' status impact potential cost savings for taxpayers?
When a contract is designated as 'NOT AVAILABLE FOR COMPETITION,' it means the requirement was not publicly advertised or subjected to a bidding process involving multiple vendors. This can limit potential cost savings for taxpayers because the government does not benefit from the price competition that typically drives down costs. While there might be valid justifications for a sole-source award (e.g., urgency, unique capabilities, or being a delivery order against a previously competed IDIQ), it bypasses the opportunity for vendors to offer their best prices in a competitive environment. This can potentially lead to higher costs compared to what might have been achieved through full and open competition.
What are the specific services included in this $38.5K contract?
The provided data indicates the contract is for 'SNOW REMOVAL' at the Bannister Federal Building. However, the specific details of the services included are not itemized. Typically, snow removal contracts encompass activities such as plowing parking lots and access roads, shoveling sidewalks and entryways, applying de-icing agents (salt, sand, brine), and hauling snow if necessary. The scope would be defined in the Statement of Work (SOW) or Performance Work Statement (PWS) associated with this delivery order. The contract value suggests a focus on essential clearing to maintain safety and accessibility rather than comprehensive snow management.
What is the significance of this contract being a 'Delivery Order'?
This contract being a 'Delivery Order' signifies that it is a task order issued under a larger, pre-existing Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract. IDIQ contracts establish terms and conditions, including pricing structures and performance requirements, for services that may be needed over a period of time. Delivery Orders then specify the exact quantity, delivery schedule, and sometimes specific performance details for a particular need. This approach allows agencies to procure services more efficiently without needing to recompete the entire requirement each time. The original IDIQ contract would have undergone a competitive process.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Services to Buildings and Dwellings › Janitorial Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: EQPMBB-26-0013
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1085 S YUMA AVE, INDEPENDENCE, MO, 64056
Business Categories: AbilityOne Program Participant, Category Business, Corporate Entity Tax Exempt, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $38,519
Exercised Options: $38,519
Current Obligation: $38,519
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47PG0124D0004
IDV Type: IDC
Timeline
Start Date: 2025-12-01
Current End Date: 2026-03-31
Potential End Date: 2026-04-30 00:00:00
Last Modified: 2026-04-10
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)