GSA awards $4.2M for HVAC services at Dayton Federal Building, highlighting ongoing infrastructure needs

Contract Overview

Contract Amount: $4,204 ($4.2K)

Contractor: CMC & Maintenance Inc

Awarding Agency: General Services Administration

Start Date: 2025-12-01

End Date: 2026-11-30

Contract Duration: 364 days

Daily Burn Rate: $12/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: FY26 EMERGENCY CALL BACK SERVICES AT THE WALTER H. RICE FEDERAL BUILDING AND U.S. COURTHOUSE IN DAYTON, OH.

Place of Performance

Location: DAYTON, MONTGOMERY County, OHIO, 45402

State: Ohio Government Spending

Plain-Language Summary

General Services Administration obligated $4,204 to CMC & MAINTENANCE INC for work described as: FY26 EMERGENCY CALL BACK SERVICES AT THE WALTER H. RICE FEDERAL BUILDING AND U.S. COURTHOUSE IN DAYTON, OH. Key points: 1. Contract focuses on essential building maintenance, ensuring operational continuity for federal facilities. 2. Competition was open, suggesting a competitive bidding process for this service. 3. The contract duration is one year, aligning with typical operational service agreements. 4. This award falls under the broader category of facilities management and infrastructure support. 5. The value appears reasonable for a one-year service contract of this nature.

Value Assessment

Rating: good

The contract value of $4.2 million for a one-year period for HVAC services at a federal building appears to be within a reasonable range for such specialized maintenance. Benchmarking against similar contracts for federal building HVAC maintenance in the Midwest would provide a more precise assessment, but the scope suggests a significant operational requirement. The Time and Materials pricing structure allows for flexibility but necessitates careful oversight to ensure cost-effectiveness.

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 while the competition was intended to be broad, specific circumstances led to the exclusion of certain potential bidders. This suggests a robust initial competition phase, but the exclusion warrants further investigation to understand its impact on the final pricing and bidder pool. The number of bidders is not specified, which limits a detailed analysis of competitive intensity.

Taxpayer Impact: A full and open competition, even with exclusions, generally benefits taxpayers by encouraging multiple firms to bid, which can drive down prices and improve service quality.

Public Impact

Federal employees and visitors at the Walter H. Rice Federal Building and U.S. Courthouse in Dayton, Ohio, will benefit from maintained climate control and building systems. Essential HVAC maintenance services will be delivered, ensuring a safe and functional working environment. The geographic impact is localized to Dayton, Ohio, supporting federal operations within that region. The contract supports the workforce of CMC & MAINTENANCE INC and potentially its subcontractors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader facilities maintenance and operations sector, specifically focusing on HVAC services for government buildings. The market for federal building maintenance is substantial, with agencies like the General Services Administration (GSA) managing vast portfolios of real estate. Spending on HVAC and related building systems is a critical component of maintaining operational readiness and occupant comfort in federal facilities across the nation. Comparable spending benchmarks would typically be found in GSA's historical contract data for similar building types and service requirements.

Small Business Impact

The data indicates that small business set-aside was not utilized for this contract (ss: false, sb: false). This suggests the contract was not specifically targeted towards small businesses. However, the prime contractor, CMC & MAINTENANCE INC, may engage small businesses as subcontractors, which would be a positive indicator for the small business ecosystem. Further analysis of subcontracting plans would be needed to fully assess the impact on small businesses.

Oversight & Accountability

Oversight for this contract will likely be managed by the General Services Administration (GSA), specifically the Public Buildings Service. GSA has established procurement regulations and contract administration processes to ensure compliance and performance. Transparency is facilitated through public contract databases like FPDS. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse related to the contract.

Related Government Programs

Risk Flags

Tags

facilities-maintenance, hvac, general-services-administration, public-buildings-service, dayton-ohio, time-and-materials, full-and-open-competition, delivery-order, building-services, federal-building

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $4,204 to CMC & MAINTENANCE INC. FY26 EMERGENCY CALL BACK SERVICES AT THE WALTER H. RICE FEDERAL BUILDING AND U.S. COURTHOUSE IN DAYTON, OH.

Who is the contractor on this award?

The obligated recipient is CMC & MAINTENANCE INC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $4,204.

What is the period of performance?

Start: 2025-12-01. End: 2026-11-30.

What is the track record of CMC & MAINTENANCE INC in performing similar federal contracts, particularly for HVAC services?

A review of past performance data for CMC & MAINTENANCE INC is crucial to assess their reliability and capability in executing federal contracts. Specifically, examining their history with the General Services Administration (GSA) and other federal agencies for similar HVAC maintenance and repair services would provide insight. Key metrics to consider include on-time delivery, adherence to contract specifications, customer satisfaction ratings, and any history of contract disputes or terminations. Without specific past performance data, it is difficult to definitively assess their track record for this particular award. However, the fact that they were awarded this contract suggests they met the minimum qualification criteria during the procurement process.

How does the awarded value of $4.2 million compare to market rates for similar HVAC services in the Dayton, Ohio region?

To benchmark the $4.2 million award against market rates, one would need to gather data on commercial contracts for similar HVAC services in the Dayton, Ohio metropolitan area. This would involve researching pricing structures, service scopes, and contract durations from private sector providers. Factors such as the size and complexity of the Walter H. Rice Federal Building, the specific types of HVAC systems maintained, and the required response times would need to be comparable. The 'Time and Materials' pricing model also complicates direct comparison, as actual costs can vary. However, a general comparison with industry cost indices or data from construction and facilities management surveys could indicate if the federal contract represents a fair value, considering the overhead and compliance requirements inherent in government contracting.

What are the specific risks associated with the 'Time and Materials' pricing structure for this contract?

The primary risk associated with a 'Time and Materials' (T&M) pricing structure is the potential for cost escalation if not managed diligently. Unlike fixed-price contracts, T&M contracts reimburse the contractor for direct labor hours at specified hourly rates and for the cost of materials used, plus a markup. This can lead to higher-than-anticipated costs if work takes longer than expected, if labor rates are higher than projected, or if material costs increase significantly. For taxpayers, this means the final cost could exceed the initial $4.2 million estimate. Effective oversight by the GSA is critical, involving detailed review of timesheets, material invoices, and justification for hours worked to ensure efficiency and prevent overcharging. The 'exclusion of sources' in the competition might also indirectly increase risk if it limited the number of contractors incentivized to offer competitive T&M rates.

What is the historical spending pattern for HVAC services at the Walter H. Rice Federal Building or similar GSA facilities?

Analyzing historical spending patterns for HVAC services at the Walter H. Rice Federal Building, or comparable GSA facilities in Ohio or the Midwest, would provide valuable context for the current $4.2 million award. This involves examining previous contract values, durations, and the types of services rendered over the past several fiscal years. Significant year-over-year increases or decreases could signal changes in building conditions, service requirements, or market pricing. Understanding the historical spending trend helps in assessing whether the current contract represents a reasonable escalation or a departure from established patterns. It also aids in identifying potential long-term cost efficiencies or areas where spending may have been excessive in the past.

How does the 'exclusion of sources' in the procurement process potentially impact the overall value and competition for this contract?

The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' designation indicates that while the initial intent was broad competition, certain potential bidders were excluded. The specific reasons for these exclusions are not provided but could range from unmet technical qualifications, past performance issues, or administrative errors. If significant, capable contractors were excluded, it could reduce the overall competitive pressure, potentially leading to higher prices or less innovative solutions than might have been achieved with a fully open field. Conversely, if the exclusions were based on ensuring only highly qualified vendors participated, it could lead to better quality service. The impact on taxpayer value hinges on whether the remaining pool of bidders was sufficiently competitive to drive a fair price and excellent service delivery.

Industry Classification

NAICS: ConstructionBuilding Equipment ContractorsPlumbing, Heating, and Air-Conditioning Contractors

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: EQ5P1SAC-26-0004

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 4 UNION ST STE 1, BANGOR, ME, 04401

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $4,204

Exercised Options: $4,204

Current Obligation: $4,204

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47PF0020D0006

IDV Type: IDC

Timeline

Start Date: 2025-12-01

Current End Date: 2026-11-30

Potential End Date: 2026-11-30 00:00:00

Last Modified: 2026-04-07

More Contracts from CMC & Maintenance Inc

View all CMC & Maintenance Inc federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending