GSA awards $8,882 BPA Call for courthouse chiller system repairs in Oregon

Contract Overview

Contract Amount: $8,883 ($8.9K)

Contractor: Teamgov, Inc.

Awarding Agency: General Services Administration

Start Date: 2026-04-08

End Date: 2026-05-08

Contract Duration: 30 days

Daily Burn Rate: $296/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: BPA TASK ORDER FOR CHILLER HEAT SINK AND HEAT EXCHANGER REPLACEMENT AT THE WAYNE L. MORSE COURTHOUSE IN EUGENE, OR.

Place of Performance

Location: EUGENE, LANE County, OREGON, 97401

State: Oregon Government Spending

Plain-Language Summary

General Services Administration obligated $8,882.5 to TEAMGOV, INC. for work described as: BPA TASK ORDER FOR CHILLER HEAT SINK AND HEAT EXCHANGER REPLACEMENT AT THE WAYNE L. MORSE COURTHOUSE IN EUGENE, OR. Key points: 1. Contract focuses on essential facility maintenance for a federal courthouse. 2. The award was made under a Blanket Purchase Agreement (BPA), suggesting pre-negotiated terms. 3. The duration of the task order is short, indicating a specific, immediate need. 4. The fixed-price contract type limits the government's exposure to cost overruns. 5. The contractor, TEAMGOV, INC., is responsible for delivering the specified repair services. 6. The task order is a small dollar amount, likely for a specific component replacement.

Value Assessment

Rating: good

The contract value of $8,882.50 is relatively small, making direct comparison to larger contracts difficult. However, the price appears reasonable for a single task order under a BPA for specialized facility maintenance. Benchmarking against similar courthouse repair contracts would require more detailed scope of work and material costs, but for a specific component replacement, the value seems aligned with market expectations for skilled labor and parts.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This task order was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The use of a BPA call suggests that the underlying BPA itself was competed, and this specific call was likely also competed among BPA holders or posted for competitive bidding. The level of competition for this specific task order is not detailed, but the initial full and open competition for the BPA ensures a baseline of market engagement.

Taxpayer Impact: Full and open competition ensures that taxpayers benefit from the most competitive pricing available, as multiple vendors vie for the contract. This process helps to drive down costs and ensure that government funds are used efficiently.

Public Impact

The primary beneficiaries are the users of the Wayne L. Morse Courthouse in Eugene, Oregon, ensuring a functional and comfortable environment. The services delivered include the replacement of critical chiller system components, maintaining operational capacity. The geographic impact is localized to the federal courthouse in Eugene, Oregon. The contract supports specialized facilities maintenance workforce, likely involving skilled technicians.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Facilities Support Services sector, specifically focusing on HVAC and mechanical systems maintenance. The market for federal building maintenance is substantial, with agencies like GSA managing vast portfolios of government properties. This task order represents a small but critical expenditure within the broader context of maintaining federal infrastructure, ensuring operational continuity for essential government functions.

Small Business Impact

The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). As a task order under a BPA, the subcontracting implications would depend on the terms of the master BPA agreement and TEAMGOV, INC.'s own subcontracting policies. Without further details on the BPA's structure, it's difficult to assess the direct impact on the small business ecosystem beyond the primary awardee.

Oversight & Accountability

Oversight for this contract would primarily fall under the General Services Administration (GSA), specifically the Public Buildings Service responsible for federal building operations. The fixed-price nature of the contract provides a degree of accountability by limiting the government's financial exposure. Transparency is facilitated through contract databases, and any significant issues could be subject to review by GSA's Office of Inspector General.

Related Government Programs

Risk Flags

Tags

facilities-support-services, general-services-administration, eugene-oregon, bpa-call, firm-fixed-price, full-and-open-competition, hvac-maintenance, courthouse-maintenance, small-dollar-value

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $8,882.5 to TEAMGOV, INC.. BPA TASK ORDER FOR CHILLER HEAT SINK AND HEAT EXCHANGER REPLACEMENT AT THE WAYNE L. MORSE COURTHOUSE IN EUGENE, OR.

Who is the contractor on this award?

The obligated recipient is TEAMGOV, INC..

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $8,882.5.

What is the period of performance?

Start: 2026-04-08. End: 2026-05-08.

What is the track record of TEAMGOV, INC. in performing similar federal facility maintenance contracts?

Assessing TEAMGOV, INC.'s track record requires a review of their past performance on federal contracts, particularly those involving HVAC and chiller system repairs. Publicly available data, such as contract award histories and past performance evaluations (if accessible), would indicate their reliability, quality of work, and adherence to schedules and budgets. A history of successful, timely completions on similar projects would be a positive indicator for this task order. Conversely, a pattern of delays, cost overruns, or negative performance reviews would raise concerns about their ability to execute this specific repair effectively.

How does the cost of this chiller system repair compare to similar services for federal courthouses?

Benchmarking the $8,882.50 cost requires comparing it to similar chiller heat sink and heat exchanger replacement tasks at other federal courthouses. Factors influencing cost include the specific make and model of the equipment, the complexity of access, labor rates in the Eugene, Oregon area, and the urgency of the repair. Without access to detailed scope of work and material costs for comparable contracts, a precise value-for-money assessment is challenging. However, for a single component replacement under a fixed-price BPA call, the amount appears to be within a reasonable range for specialized facility maintenance, assuming standard labor and parts.

What are the potential risks associated with the short 30-day duration of this task order?

The primary risk associated with the short 30-day duration is the potential for unforeseen complications during the repair process that could extend beyond the allotted timeframe. If the chiller system issues are more complex than initially diagnosed, or if parts availability is delayed, completing the repair within the specified period could become challenging. This could lead to the need for contract modifications, potentially increasing costs or requiring a new procurement if the original scope cannot be met. The fixed-price nature also means the contractor bears the risk of cost overruns due to extended timelines, which could incentivize them to rush the job, potentially impacting quality.

How effective is the use of a BPA call for this type of repair compared to a standalone contract?

Using a BPA call for this type of repair offers several advantages over a standalone contract. BPAs are established for anticipated needs, allowing for pre-negotiated terms, conditions, and pricing, which streamlines the procurement process for individual task orders. This can lead to faster delivery of services and potentially better pricing due to the government's commitment to a certain volume of business under the BPA. For a specific, relatively small-dollar repair like this, a BPA call is an efficient mechanism. However, the effectiveness hinges on the quality of the initial BPA competition and the clarity of the task order's scope to ensure it aligns with the BPA's purpose.

What is the historical spending pattern for facilities maintenance at the Wayne L. Morse Courthouse?

Analyzing historical spending patterns for facilities maintenance at the Wayne L. Morse Courthouse would provide context for this $8,882.50 task order. Information on previous expenditures for HVAC, plumbing, electrical, and general building upkeep would reveal trends in maintenance needs and costs. Understanding if this repair is part of a recurring maintenance schedule, a response to an emergency, or a capital improvement project would help assess its significance. Consistent, high spending in this area might indicate an aging facility requiring ongoing significant investment, while sporadic, smaller expenditures could suggest routine upkeep.

What are the implications of this contract being a Firm Fixed Price (FFP) award?

A Firm Fixed Price (FFP) contract structure, like the one used for this BPA call, places the primary responsibility for cost control on the contractor, TEAMGOV, INC. This means the agreed-upon price of $8,882.50 is the maximum the government will pay, regardless of the contractor's actual costs incurred. This provides the government with significant budget certainty and protects against cost overruns. The risk shifts to the contractor; if their costs exceed the fixed price, their profit margin will decrease, or they may incur a loss. Conversely, if they can complete the work for less than the fixed price, their profit increases. This structure incentivizes the contractor to manage their resources efficiently and complete the work within scope and budget.

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: 8201 CORPORATE DR STE 620, HYATTSVILLE, MD, 20785

Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Economically Disadvantaged Women Owned Small Business, HUBZone Firm, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $8,883

Exercised Options: $8,883

Current Obligation: $8,883

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47PL0221A0003

IDV Type: BPA

Timeline

Start Date: 2026-04-08

Current End Date: 2026-05-08

Potential End Date: 2026-05-08 00:00:00

Last Modified: 2026-04-09

More Contracts from Teamgov, Inc.

View all Teamgov, Inc. federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending