Custodial services contract for VA EHRM operations awarded to Davis Memorial Goodwill Industries for $4,124.09
Contract Overview
Contract Amount: $4,124 ($4.1K)
Contractor: Davis Memorial Goodwill Industries
Awarding Agency: General Services Administration
Start Date: 2026-04-10
End Date: 2026-05-11
Contract Duration: 31 days
Daily Burn Rate: $133/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TASK ORDER 47PE5226F0076 FOR LAFAYETTE AFTER HOURS CUSTODIAL SERVICES FOR VA EHRM OPERATIONS AT THE LAFAYETTE BUILDING 811 VERMONT AVENUE NW WASHINGTON, DC.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20571
Plain-Language Summary
General Services Administration obligated $4,124.09 to DAVIS MEMORIAL GOODWILL INDUSTRIES for work described as: TASK ORDER 47PE5226F0076 FOR LAFAYETTE AFTER HOURS CUSTODIAL SERVICES FOR VA EHRM OPERATIONS AT THE LAFAYETTE BUILDING 811 VERMONT AVENUE NW WASHINGTON, DC. Key points: 1. Value for money appears reasonable given the short duration and specialized nature of the service. 2. Competition dynamics indicate a sole-source award, potentially limiting price discovery. 3. Risk indicators are low due to the straightforward nature of custodial services. 4. Performance context is specific to VA EHRM operations at a single location. 5. Sector positioning is within government facilities management and support services.
Value Assessment
Rating: good
The contract value of $4,124.09 for a 31-day period is modest. Benchmarking against similar janitorial services contracts is challenging without more detailed scope of work and location specifics. However, for a specialized after-hours service at a federal building, the price appears to be within a reasonable range, suggesting fair pricing for the service provided.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not openly competed. This approach is often used when a specific contractor is uniquely qualified or when the requirement is urgent and only one source can meet it. The lack of competition means that the government did not receive multiple bids, which could have led to a lower price through competitive bidding.
Taxpayer Impact: The sole-source nature of this award means taxpayers may not have received the benefit of the lowest possible price that could have been achieved through a competitive process.
Public Impact
Benefits the Department of Veterans Affairs (VA) by ensuring a clean and functional environment for EHRM operations. Delivers essential custodial services, including cleaning and sanitation, to the Lafayette Building. Geographic impact is localized to Washington, D.C. Workforce implications involve the employment of individuals by Davis Memorial Goodwill Industries for service delivery.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing benefits for taxpayers.
- Short contract duration may indicate a temporary need or a placeholder for future competition.
Positive Signals
- Davis Memorial Goodwill Industries has a history of providing services to government agencies.
- The contract supports critical VA operations, ensuring a functional workspace.
Sector Analysis
This contract falls within the broader facilities support services sector, specifically janitorial and custodial services. The federal government is a significant consumer of these services across numerous agencies and buildings. The market for janitorial services is generally competitive, but specific government contracts, especially those with unique requirements or locations, can sometimes be awarded non-competitively. The annual spending on janitorial services by the federal government is substantial, with this contract representing a very small portion.
Small Business Impact
This contract was not awarded to a small business, nor does it appear to have a small business set-aside component. There is no explicit information regarding subcontracting opportunities for small businesses within this specific award. The impact on the small business ecosystem is therefore minimal for this particular contract.
Oversight & Accountability
Oversight for this contract would typically fall under the General Services Administration (GSA), specifically the Public Buildings Service. Accountability measures would include adherence to the contract's terms and conditions, service level agreements, and performance standards. Transparency is generally maintained through federal procurement databases, though the specifics of sole-source justifications may have varying levels of public disclosure.
Related Government Programs
- Federal Custodial Services Contracts
- VA Facilities Management
- GSA Building Operations
Risk Flags
- Sole-source award
Tags
facilities-support, custodial-services, general-services-administration, va, washington-dc, firm-fixed-price, sole-source, task-order, short-term
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $4,124.09 to DAVIS MEMORIAL GOODWILL INDUSTRIES. TASK ORDER 47PE5226F0076 FOR LAFAYETTE AFTER HOURS CUSTODIAL SERVICES FOR VA EHRM OPERATIONS AT THE LAFAYETTE BUILDING 811 VERMONT AVENUE NW WASHINGTON, DC.
Who is the contractor on this award?
The obligated recipient is DAVIS MEMORIAL GOODWILL INDUSTRIES.
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $4,124.09.
What is the period of performance?
Start: 2026-04-10. End: 2026-05-11.
What is the track record of Davis Memorial Goodwill Industries in performing similar custodial services for federal agencies?
Davis Memorial Goodwill Industries has a history of providing various services, including custodial and facilities maintenance, to government entities. While specific details on past federal custodial contracts are not provided in this data snippet, their designation as a provider suggests experience. Further investigation into their contract history with GSA or other agencies would reveal the scale and success of their previous federal engagements. Their mission often involves employing individuals with barriers to employment, which may influence their operational approach and pricing structures compared to purely commercial entities. Assessing past performance reviews and contract close-out reports would offer a clearer picture of their reliability and quality of service in similar federal settings.
How does the pricing of this contract compare to market rates for similar after-hours custodial services in Washington, D.C.?
Directly comparing the price of $4,124.09 for 31 days of after-hours custodial services to market rates is difficult without a detailed scope of work and service level agreement. However, general janitorial services in Washington D.C. can range significantly based on square footage, frequency of service, and specific tasks. After-hours services often command a premium due to the specialized scheduling. Given the short duration and the fact it's for a federal building, which may have specific security and access protocols, the price appears to be within a plausible range. A more precise benchmark would require comparing it to other sole-source or competitively awarded contracts for similar federal facilities in the D.C. area, considering factors like building size and specific cleaning requirements.
What are the potential risks associated with a sole-source award for custodial services?
The primary risk associated with a sole-source award for custodial services is the potential for inflated pricing due to the lack of competition. Without multiple bids, the government may not achieve the most cost-effective solution. Another risk is reduced incentive for the contractor to innovate or provide exceptional service, as there is no immediate competitive threat. Furthermore, a sole-source award might indicate a lack of available qualified contractors or a failure in the government's procurement process to identify and engage a broader range of potential bidders. This can also limit opportunities for new or smaller businesses to enter the federal contracting space for these services.
What is the expected effectiveness of these custodial services in supporting VA EHRM operations?
The effectiveness of these custodial services in supporting VA EHRM operations is expected to be high, provided the contractor meets the specified service standards. A clean and well-maintained environment is crucial for the optimal functioning of sensitive electronic health record management systems and the personnel who operate them. Ensuring sanitation and cleanliness can prevent equipment malfunctions due to dust or debris and contribute to a healthier work environment, reducing potential disruptions. The contract's short duration suggests it might be a temporary measure or a specific task order, so its long-term impact on EHRM operations effectiveness depends on its continuity and the consistent quality of service delivered.
What are the historical spending patterns for custodial services at the Lafayette Building or similar GSA-managed facilities?
Historical spending patterns for custodial services at the Lafayette Building or similar GSA-managed facilities are not detailed in the provided data. However, GSA is responsible for a vast portfolio of federal buildings, and custodial services represent a significant and recurring expenditure. Spending typically varies based on building size, age, usage intensity, and the specific service requirements mandated by GSA. Contracts for such services are often awarded through competitive bidding processes, with durations typically ranging from one to five years. Analyzing GSA's historical procurement data for facilities in the Washington D.C. metropolitan area would provide a clearer picture of typical contract values, durations, and the competitive landscape for janitorial services.
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: 47PE5226R0023
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Davis Memorial Goodwill Industries Inc
Address: 1140 3RD ST NE, WASHINGTON, DC, 20002
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: $4,124
Exercised Options: $4,124
Current Obligation: $4,124
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47PF5126D0002
IDV Type: IDC
Timeline
Start Date: 2026-04-10
Current End Date: 2026-05-11
Potential End Date: 2026-06-11 00:00:00
Last Modified: 2026-04-10
More Contracts from Davis Memorial Goodwill Industries
- Basewide Custodial Services — $31.3M (Department of Defense)
- Janitorial, Freight Elevator Operations for the Main, Annex and Landover Facilities — $17.6M (Department of the Treasury)
- Janitorial/Housekeeping, Floor Care/Carpet Cleaning, and Pest Control Services for the Usgs in Reston, VA — $12.7M (Department of the Interior)
View all Davis Memorial Goodwill Industries federal contracts →
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)