GSA awards $1.98M contract for COVID-19 safety protocols to Innovative Support Solutions, Inc
Contract Overview
Contract Amount: $1,975,440 ($2.0M)
Contractor: Innovative Support Solutions, Inc.
Awarding Agency: General Services Administration
Start Date: 2021-09-28
End Date: 2026-12-31
Contract Duration: 1,920 days
Daily Burn Rate: $1.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 7
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: EO14042: COVID-19 SAFETY PROTOCOLS
Place of Performance
Location: SHREVEPORT, CADDO County, LOUISIANA, 71101
Plain-Language Summary
General Services Administration obligated $2.0 million to INNOVATIVE SUPPORT SOLUTIONS, INC. for work described as: EO14042: COVID-19 SAFETY PROTOCOLS Key points: 1. Contract value represents a significant investment in ensuring workplace safety. 2. Competition was open after exclusion of sources, suggesting specific requirements. 3. Contract duration of 1920 days indicates a long-term need for these services. 4. The firm fixed-price structure aims to control costs and provide predictability. 5. This contract aligns with broader federal efforts to maintain safe working environments. 6. The award to a single contractor suggests specialized capabilities were sought.
Value Assessment
Rating: fair
The contract value of approximately $1.98 million over five years appears reasonable for specialized safety protocol implementation. Benchmarking against similar federal contracts for pandemic response services is challenging due to the evolving nature of such requirements. However, the firm fixed-price nature suggests an attempt to manage costs effectively. Without detailed service breakdowns, a precise value-for-money assessment is difficult, but the duration implies a sustained need that justifies the investment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while competition was sought, certain sources were excluded, possibly due to specific technical requirements or prior performance. The number of bids received (7) suggests a moderate level of interest, but the exclusion clause might have limited the pool of potential bidders. This approach can sometimes lead to higher prices if the specialized requirements narrow the field too significantly.
Taxpayer Impact: The limited competition may mean taxpayers did not benefit from the lowest possible price achievable through broader market engagement. However, if the specialized nature of the services required specific expertise, this approach could ensure effective service delivery.
Public Impact
Federal employees and visitors to GSA-managed facilities benefit from enhanced safety measures. The contract supports the implementation and maintenance of COVID-19 safety protocols. Services are likely to be delivered across facilities managed by the Public Buildings Service. The contract contributes to maintaining operational continuity for federal agencies. It supports the federal government's broader public health and safety initiatives.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if scope creep occurs despite fixed-price structure.
- Risk of service quality degradation if contractor resources are strained.
- Dependence on a single contractor for critical safety functions.
- Challenges in adapting protocols to rapidly evolving public health guidance.
Positive Signals
- Clear definition of services through firm fixed-price contract.
- Long contract duration allows for sustained implementation and monitoring.
- Award to a single entity suggests specialized expertise in safety protocols.
- Alignment with federal mandates for workplace safety.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically addressing health and safety compliance. The market for such services has expanded significantly due to the COVID-19 pandemic, with numerous firms offering consulting, implementation, and monitoring solutions. Federal spending in this area is driven by regulatory requirements and the need to ensure safe working environments for government employees and the public. Comparable spending benchmarks are difficult to establish precisely due to the unique nature of pandemic-related services.
Small Business Impact
The contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses. This suggests that the primary contractor, Innovative Support Solutions, Inc., is likely a larger entity or that the specific requirements of the contract did not lend themselves to small business participation. The impact on the small business ecosystem is minimal for this specific award.
Oversight & Accountability
Oversight is likely managed by the General Services Administration's Public Buildings Service contracting officers and program managers. Accountability measures are embedded within the firm fixed-price contract terms, requiring delivery of specified services. Transparency is facilitated through federal contract databases, though detailed performance metrics may not be publicly available. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Federal Pandemic Preparedness Efforts
- Workplace Safety and Health Programs
- Government Facility Management Services
- COVID-19 Response Contracts
Risk Flags
- Limited competition may impact price.
- Contract duration requires ongoing monitoring for relevance.
- Dependence on a single contractor for critical services.
Tags
sector-other, agency-gsa, geography-louisiana, contract-type-definitive-contract, size-category-large, competition-level-limited, pricing-firm-fixed-price, service-category-safety-protocols, pandemic-response, workplace-safety
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $2.0 million to INNOVATIVE SUPPORT SOLUTIONS, INC.. EO14042: COVID-19 SAFETY PROTOCOLS
Who is the contractor on this award?
The obligated recipient is INNOVATIVE SUPPORT SOLUTIONS, INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $2.0 million.
What is the period of performance?
Start: 2021-09-28. End: 2026-12-31.
What is the track record of Innovative Support Solutions, Inc. in delivering similar safety protocol services?
Information regarding the specific track record of Innovative Support Solutions, Inc. in delivering COVID-19 safety protocols is not detailed in the provided data. However, their selection for this contract by the General Services Administration (GSA) suggests they met the agency's criteria for capability and performance. Further investigation into past performance evaluations, client references, and previous government contracts awarded to this company would be necessary for a comprehensive assessment of their track record in this specialized area. The duration and value of this contract imply a level of trust placed in their ability to execute the required services over an extended period.
How does the per-unit cost of implementing these safety protocols compare to market rates?
A precise per-unit cost comparison is not feasible with the provided data, as the contract value is a total award amount and does not specify the units of service or the nature of the protocols being implemented. The contract is for 'COVID-19 SAFETY PROTOCOLS' and is a firm fixed-price award. To benchmark per-unit costs, one would need to know the specific services rendered (e.g., per facility, per employee, per type of mitigation) and compare these to similar services procured by other federal agencies or private sector organizations. The 'N/A' for CPU in the schema suggests this specific metric is not readily available or applicable without further breakdown.
What are the primary risks associated with this contract, and how are they being mitigated?
Primary risks include potential scope creep despite the firm fixed-price structure, service quality degradation if the contractor's resources are insufficient, and over-reliance on a single vendor for critical safety functions. Mitigation strategies are likely embedded in the contract's performance standards and reporting requirements. The GSA's oversight mechanisms are crucial for monitoring adherence to protocols and addressing any deviations. The long duration also presents a risk of protocols becoming outdated if not actively managed and updated in response to evolving public health guidance, necessitating proactive contract management.
How effective has this contract been in achieving its stated goal of implementing COVID-19 safety protocols?
Assessing the effectiveness of this contract requires performance data that is not included in the provided summary. Effectiveness would be measured by the successful implementation and adherence to the defined COVID-19 safety protocols across the relevant GSA facilities, leading to a reduction in transmission risks and ensuring a safe working environment. Key performance indicators (KPIs) related to compliance rates, incident reports, and feedback from facility occupants would be necessary to evaluate its success. The long-term nature of the contract suggests an ongoing effort to maintain these safety standards.
What is the historical spending pattern for COVID-19 safety protocols by the GSA or similar agencies?
Historical spending on COVID-19 safety protocols by the GSA and similar agencies has been substantial and varied, reflecting the widespread need for such measures across federal facilities. This $1.98 million award is one component of a larger federal effort. Agencies have procured a range of services, including cleaning, personal protective equipment (PPE), health screenings, and policy development. Tracking specific spending trends requires analyzing contract databases over time, noting the increase in such procurements since early 2020. This particular contract's duration and value should be viewed within the context of broader, ongoing federal investments in pandemic response and workplace safety.
Industry Classification
NAICS: Construction › Building Equipment Contractors › Electrical Contractors and Other Wiring Installation Contractors
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR NONBUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 47PH0521R0008
Offers Received: 7
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 259 E 3RD ST, ELMHURST, IL, 60126
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $1,975,440
Exercised Options: $1,975,440
Current Obligation: $1,975,440
Actual Outlays: $310,236
Subaward Activity
Number of Subawards: 3
Total Subaward Amount: $5,453,790
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2021-09-28
Current End Date: 2026-12-31
Potential End Date: 2026-12-31 00:00:00
Last Modified: 2026-03-17
More Contracts from Innovative Support Solutions, Inc.
- Replace AIR Handling Unit AC17 and AC18 — $9.0M (Department of Veterans Affairs)
View all Innovative Support Solutions, Inc. 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)