GSA Awards $2.39M for Fire Alarm System Replacement at Reagan Federal Building
Contract Overview
Contract Amount: $2,389,432 ($2.4M)
Contractor: Fasone Construction, Inc.
Awarding Agency: General Services Administration
Start Date: 2023-03-30
End Date: 2025-12-31
Contract Duration: 1,007 days
Daily Burn Rate: $2.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: DESIGN BUILD FIRE ALARM SYSTEM REPLACEMENT PROJECT - RONALD REAGAN FEDERAL BUILDING AND UNITED STATES COURTHOUSE, 411 W 4TH STREET, SANTA ANA, CA 92701. CONTRACT # 47PK0121D0052 TASK ORDER # 47PK0123F0006.
Place of Performance
Location: SANTA ANA, ORANGE County, CALIFORNIA, 92701
Plain-Language Summary
General Services Administration obligated $2.4 million to FASONE CONSTRUCTION, INC. for work described as: DESIGN BUILD FIRE ALARM SYSTEM REPLACEMENT PROJECT - RONALD REAGAN FEDERAL BUILDING AND UNITED STATES COURTHOUSE, 411 W 4TH STREET, SANTA ANA, CA 92701. CONTRACT # 47PK0121D0052 TASK ORDER # 47PK0123F0006. Key points: 1. Project aims to replace the fire alarm system at a major federal building in Santa Ana, CA. 2. Contract awarded to Fasone Construction, Inc. for $2.39 million. 3. Competition method was 'Full and Open Competition After Exclusion of Sources', raising questions about price discovery. 4. The project falls under the Commercial and Institutional Building Construction sector.
Value Assessment
Rating: fair
The contract value of $2.39 million for a fire alarm system replacement in a federal building appears within a reasonable range for such projects. However, without specific details on the scope of work and system complexity, a precise benchmark is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The competition method 'Full and Open Competition After Exclusion of Sources' suggests that while the competition was intended to be open, specific sources were excluded. This could limit the pool of bidders and potentially impact price discovery, possibly leading to a less competitive price than a truly unrestricted full and open competition.
Taxpayer Impact: Taxpayer funds are being used for this essential building infrastructure upgrade. The effectiveness of the competition method will directly influence the value for money achieved.
Public Impact
Ensures the safety and operational continuity of the Ronald Reagan Federal Building and United States Courthouse. Supports federal infrastructure modernization efforts. Potential impact on local construction jobs and businesses.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition method may impact price.
- Lack of small business participation noted.
Positive Signals
- Essential infrastructure upgrade for a federal facility.
- Firm Fixed Price contract provides cost certainty.
Sector Analysis
This project falls within the Commercial and Institutional Building Construction sector, which encompasses a wide range of construction services for non-residential buildings. Spending in this sector can vary significantly based on project size, complexity, and location.
Small Business Impact
The data indicates that this contract was not awarded to a small business (sb: false). Further analysis would be needed to determine if small business set-asides were considered or if opportunities were missed for small business participation in this project.
Oversight & Accountability
The General Services Administration (GSA) is responsible for overseeing this contract. The 'Full and Open Competition After Exclusion of Sources' method warrants scrutiny to ensure fair and effective competition and accountability in the use of taxpayer funds.
Related Government Programs
- Commercial and Institutional Building Construction
- General Services Administration Contracting
- Public Buildings Service Programs
Risk Flags
- Limited competition method.
- No small business participation.
- Potential for higher costs due to source exclusion.
- Need for justification of excluded sources.
Tags
commercial-and-institutional-building-co, general-services-administration, ca, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $2.4 million to FASONE CONSTRUCTION, INC.. DESIGN BUILD FIRE ALARM SYSTEM REPLACEMENT PROJECT - RONALD REAGAN FEDERAL BUILDING AND UNITED STATES COURTHOUSE, 411 W 4TH STREET, SANTA ANA, CA 92701. CONTRACT # 47PK0121D0052 TASK ORDER # 47PK0123F0006.
Who is the contractor on this award?
The obligated recipient is FASONE CONSTRUCTION, INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $2.4 million.
What is the period of performance?
Start: 2023-03-30. End: 2025-12-31.
What specific criteria led to the exclusion of certain sources in the 'Full and Open Competition After Exclusion of Sources' method, and how did this impact the final price?
The exclusion of sources typically occurs when specific technical requirements, past performance, or security clearances are necessary, limiting the eligible bidder pool. While this can ensure a qualified contractor, it may reduce competitive pressure. The impact on the final price depends on how many qualified bidders remained and their respective bids. A thorough review of the solicitation documents and bid analysis would be required to determine the precise price impact.
What are the potential risks associated with a 'Full and Open Competition After Exclusion of Sources' procurement strategy for a project of this nature?
The primary risk is reduced competition, potentially leading to higher costs for taxpayers than a truly unrestricted procurement. It could also limit the availability of innovative solutions if certain types of contractors are excluded. Ensuring the exclusion criteria are justified, narrowly tailored, and clearly documented is crucial to mitigate these risks and maintain fairness.
How does the firm fixed price contract type contribute to the overall value and effectiveness of this fire alarm system replacement project?
A Firm Fixed Price (FFP) contract provides the government with cost certainty, as the contractor assumes the risk of cost overruns. This is highly beneficial for projects like infrastructure replacement where the scope is well-defined. It enhances budget predictability and simplifies financial oversight, contributing to the project's overall effectiveness by ensuring the work is completed within the agreed-upon budget.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Commercial and Institutional Building Construction
Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIES › CONSTRUCTION OF BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 47PK0123R0001
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 8644 NORWALK BLVD, WHITTIER, CA, 90606
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Hispanic American Owned Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $2,389,432
Exercised Options: $2,389,432
Current Obligation: $2,389,432
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47PK0121D0052
IDV Type: IDC
Timeline
Start Date: 2023-03-30
Current End Date: 2025-12-31
Potential End Date: 2025-12-31 00:00:00
Last Modified: 2026-02-05
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)