GSA awards $4,883 contract for FBI chiller repair, highlighting facilities support needs
Contract Overview
Contract Amount: $4,884 ($4.9K)
Contractor: Chugach Solutions Enterprise, LLC
Awarding Agency: General Services Administration
Start Date: 2026-01-31
End Date: 2026-03-03
Contract Duration: 31 days
Daily Burn Rate: $158/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ENGINEERING SUPPORT NEEDED FOR AN INOPERABLE CHILLER AT THE FBI-WFO DC0463ZZ601 4TH ST NW WASHINGTON, DC 20535
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20535
Plain-Language Summary
General Services Administration obligated $4,883.6 to CHUGACH SOLUTIONS ENTERPRISE, LLC for work described as: ENGINEERING SUPPORT NEEDED FOR AN INOPERABLE CHILLER AT THE FBI-WFO DC0463ZZ601 4TH ST NW WASHINGTON, DC 20535 Key points: 1. Contract focuses on essential facility maintenance for critical government infrastructure. 2. Limited competition suggests potential for higher costs or specialized service requirements. 3. Short duration indicates a targeted repair rather than a long-term maintenance agreement. 4. Fixed-price contract offers cost certainty for this specific repair task. 5. Geographic concentration in Washington D.C. aligns with FBI facility location.
Value Assessment
Rating: fair
The contract value of $4,883 is relatively small, making direct comparison to larger contracts difficult. However, for a single delivery order focused on a specific repair, the price appears reasonable given the specialized nature of facilities support services for government buildings. Benchmarking against similar emergency repair contracts for HVAC systems in federal facilities would provide a clearer picture of value for money. The fixed-price nature helps control costs for this defined scope.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, indicating that competition was not sought. This could be due to the urgency of the repair, the specialized nature of the equipment, or a pre-existing relationship or contract vehicle that limited options. The lack of competition means that price discovery through a bidding process was bypassed, potentially leading to a higher price than if multiple vendors had competed.
Taxpayer Impact: For taxpayers, sole-source awards mean less assurance of obtaining the best possible price. While necessary in some situations, it reduces the competitive pressure that typically drives down costs.
Public Impact
The FBI's Washington D.C. facility benefits from the repair of essential cooling systems. Ensures continued operational capacity and a safe working environment for FBI personnel. The service is delivered within the District of Columbia. Supports the facilities management sector through specialized repair services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may result in a higher price than a competitively bid contract.
- Short contract duration limits the ability to assess long-term contractor performance.
- Reliance on sole-source awards can reduce overall government efficiency in procurement.
Positive Signals
- Fixed-price contract provides cost certainty for the specified repair.
- Contract addresses an immediate operational need for critical infrastructure.
- Award to a single vendor can expedite the repair process in urgent situations.
Sector Analysis
This contract falls within the Facilities Support Services sector, a segment of the broader professional, scientific, and technical services industry. This sector encompasses a wide range of services, including building operations and maintenance, HVAC repair, and general facility management. Spending in this area is crucial for maintaining government infrastructure. Comparable spending benchmarks would typically involve analyzing the average cost of similar repair services across various federal agencies and facility types.
Small Business Impact
This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements mentioned. The award was made to Chugach Solutions Enterprise, LLC. Analysis of their size and small business utilization would be necessary to fully assess the impact on the small business ecosystem.
Oversight & Accountability
Oversight for this contract would primarily fall under the General Services Administration (GSA), specifically the Public Buildings Service, which manages federal facilities. Accountability measures are inherent in the fixed-price contract type, requiring the contractor to complete the work as specified. Transparency is facilitated by contract databases, though detailed performance metrics may not be publicly available for such a small, specific repair task. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Federal Facilities Maintenance
- HVAC Repair Services
- Government Building Operations
- FBI Infrastructure Support
Risk Flags
- Sole-source award limits price competition.
- Short duration may indicate an urgent, potentially complex repair.
- Lack of detailed performance metrics for this specific task.
Tags
facilities-support-services, gsa, fbi, washington-dc, delivery-order, sole-source, firm-fixed-price, hvac-repair, critical-infrastructure, government-contracting
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $4,883.6 to CHUGACH SOLUTIONS ENTERPRISE, LLC. ENGINEERING SUPPORT NEEDED FOR AN INOPERABLE CHILLER AT THE FBI-WFO DC0463ZZ601 4TH ST NW WASHINGTON, DC 20535
Who is the contractor on this award?
The obligated recipient is CHUGACH SOLUTIONS ENTERPRISE, LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $4,883.6.
What is the period of performance?
Start: 2026-01-31. End: 2026-03-03.
What is the track record of Chugach Solutions Enterprise, LLC with the federal government, particularly in facilities support services?
Chugach Solutions Enterprise, LLC has a history of federal contracting, primarily in logistics, facilities management, and support services. A review of federal procurement data indicates they have been awarded numerous contracts across various agencies, including the Department of Defense and GSA. Their performance history, including past performance evaluations and any reported issues, would be crucial for assessing their reliability on this specific chiller repair. While specific details on their success rate for HVAC repairs would require deeper analysis of contract performance reports, their general presence in the facilities support domain suggests relevant experience.
How does the price of this chiller repair compare to similar emergency HVAC repair contracts for federal facilities?
Directly comparing the $4,883 price for this specific delivery order is challenging without access to a comprehensive database of similar emergency HVAC repair contracts. Factors such as the specific make and model of the chiller, the complexity of the repair, the required response time, and the prevailing labor rates in Washington D.C. significantly influence pricing. Generally, emergency repairs command a premium. To benchmark effectively, one would need to analyze contracts with similar scope (e.g., single component repair, urgent need) and location, considering the contractor's overhead and profit margins. The fixed-price nature provides some cost control, but the lack of competition limits the ability to definitively state if it's the best value.
What are the primary risks associated with this sole-source contract for chiller repair?
The primary risk associated with this sole-source contract is the potential for paying a higher price than would be achieved through a competitive bidding process. Without competing offers, there is less assurance that the government is receiving the most cost-effective solution. Another risk is the contractor's ability to perform the repair within the short timeframe, potentially leading to delays in restoring the chiller's functionality. Furthermore, if the contractor lacks the necessary expertise or resources, the repair might be inadequate, leading to recurring issues or further damage. The limited duration also restricts the ability to evaluate long-term performance.
How effective is the fixed-price contract type in ensuring value for this specific repair task?
The fixed-price contract type is generally effective in ensuring value for well-defined, specific repair tasks like this chiller service. It establishes a ceiling on the total cost, providing budget certainty for the government. The contractor assumes the risk of cost overruns, incentivizing them to perform the work efficiently. For a short-duration task with a clear scope, such as repairing an inoperable chiller, a fixed-price award helps prevent scope creep and unexpected cost increases. However, the effectiveness is contingent on the accuracy of the initial scope definition and the contractor's ability to execute within that defined price.
What is the historical spending pattern for facilities support services at the FBI-WFO facility?
Analyzing historical spending patterns for facilities support services at the FBI-WFO facility would require access to detailed procurement data over several fiscal years. This would involve identifying all contracts awarded for maintenance, repair, and operational support of the building's infrastructure, including HVAC systems. Trends in spending could reveal whether this $4,883 contract represents a typical expenditure for such repairs, or if it is an outlier. Understanding historical spending can help identify potential areas for cost savings, predict future needs, and assess the overall efficiency of facility management procurement for this specific site.
What are the implications of the short contract duration (31 days) for the FBI's operational continuity?
The short contract duration of 31 days suggests this is an urgent, targeted repair rather than a comprehensive maintenance agreement. Its primary implication is that the immediate operational need for the chiller is expected to be resolved within this period. If the repair is successful, it ensures the continuity of essential cooling services for the FBI-WFO facility, maintaining a suitable working environment and protecting sensitive equipment. However, the brevity also means that any potential long-term issues with the chiller or the repair itself may not be addressed under this specific contract, potentially necessitating future work orders or contracts.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR BUILDINGS
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: EQPMAA-26-0177
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3800 CENTERPOINT DR STE 1200, ANCHORAGE, AK, 99503
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $4,884
Exercised Options: $4,884
Current Obligation: $4,884
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47PF5126D0004
IDV Type: IDC
Timeline
Start Date: 2026-01-31
Current End Date: 2026-03-03
Potential End Date: 2026-05-04 00:00:00
Last Modified: 2026-04-03
More Contracts from Chugach Solutions Enterprise, LLC
- Hi-Midway Atoll - Boss Contract 2022 — $19.0M (Department of the Interior)
- Fund Acrn AA — $12.7M (Department of Defense)
View all Chugach Solutions Enterprise, LLC 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)