GSA awards $7.86M task order for LBJ Consolidation Project design to Krueck & Sexton Architects
Contract Overview
Contract Amount: $7,864,736 ($7.9M)
Contractor: Krueck & Sexton Architects, Ltd
Awarding Agency: General Services Administration
Start Date: 2019-10-30
End Date: 2026-05-05
Contract Duration: 2,379 days
Daily Burn Rate: $3.3K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TASK ORDER AGAINST SPD A/E IDIQ FOR THE DESIGN OF THE LBJ CONSOLIDATION PROJECT
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20024
Plain-Language Summary
General Services Administration obligated $7.9 million to KRUECK & SEXTON ARCHITECTS, LTD for work described as: TASK ORDER AGAINST SPD A/E IDIQ FOR THE DESIGN OF THE LBJ CONSOLIDATION PROJECT Key points: 1. Value for money appears reasonable given the scope of architectural design services for a significant federal building project. 2. The contract was awarded under full and open competition, suggesting a competitive bidding process. 3. Risk indicators are moderate, with a long performance period and a firm-fixed-price contract type. 4. Performance context involves architectural design for a consolidation project, a standard federal requirement. 5. Sector positioning is within professional architectural services for government facilities.
Value Assessment
Rating: good
The contract value of $7.86 million for architectural design services for the LBJ Consolidation Project is within a reasonable range for a project of this scale. Benchmarking against similar large-scale federal building design contracts suggests that the pricing is competitive. The firm-fixed-price contract type indicates that the government has secured a defined cost for the design services, which is a positive indicator of value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This task order was awarded under full and open competition, indicating that multiple qualified firms were likely solicited and had the opportunity to bid. The specific number of bidders is not provided, but the competition type suggests a robust process aimed at achieving fair market prices. This approach generally leads to better price discovery and selection of the most capable contractor.
Taxpayer Impact: Full and open competition ensures that taxpayer dollars are used efficiently by fostering a competitive environment that drives down costs and encourages high-quality proposals.
Public Impact
Federal employees and operations at the LBJ building will benefit from improved facilities and consolidation. The services delivered include architectural design, ensuring the project meets federal standards and functional requirements. The geographic impact is concentrated in the District of Columbia, where the LBJ building is located. Workforce implications include employment for architects, engineers, and support staff involved in the design process.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long performance period (over 6 years) could introduce scope creep or cost escalation risks if not managed tightly.
- Firm-fixed-price contracts can sometimes lead to contractor pressure to cut corners if not adequately overseen.
Positive Signals
- Awarded under full and open competition, suggesting a competitive process that likely secured a fair price.
- The General Services Administration (GSA) is a reputable agency with established procurement processes.
- The contract type (firm-fixed-price) provides cost certainty for the government.
Sector Analysis
The architectural services sector for federal government projects is a significant market. This contract falls within the professional, scientific, and technical services category, specifically focusing on architectural design for public buildings. The GSA regularly procures such services to maintain and upgrade federal facilities. Comparable spending benchmarks for large federal building design projects can vary widely based on complexity and location, but this award appears aligned with typical market rates for significant government infrastructure.
Small Business Impact
The provided data indicates that this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, the primary contractor, Krueck & Sexton Architects, Ltd., is likely a larger firm. There is no explicit information on subcontracting plans for small businesses within this task order, which could represent missed opportunities for small business participation in the federal contracting ecosystem.
Oversight & Accountability
Oversight for this contract will be managed by the General Services Administration (GSA), specifically the Public Buildings Service. As a task order under an IDIQ, the GSA's established procurement and contract management procedures will apply. Transparency is generally maintained through federal procurement databases like FPDS. Accountability measures are inherent in the firm-fixed-price contract type and the GSA's oversight, with potential for Inspector General involvement if performance issues arise.
Related Government Programs
- Federal Building Design and Construction
- Architectural and Engineering Services IDIQ Contracts
- GSA Public Buildings Service Projects
- Government Facility Modernization
Risk Flags
- Long contract duration
- Potential for scope creep
- Firm-fixed-price risks
Tags
architectural-services, general-services-administration, public-buildings-service, district-of-columbia, task-order, full-and-open-competition, firm-fixed-price, consolidation-project, federal-building, design-services
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $7.9 million to KRUECK & SEXTON ARCHITECTS, LTD. TASK ORDER AGAINST SPD A/E IDIQ FOR THE DESIGN OF THE LBJ CONSOLIDATION PROJECT
Who is the contractor on this award?
The obligated recipient is KRUECK & SEXTON ARCHITECTS, LTD.
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $7.9 million.
What is the period of performance?
Start: 2019-10-30. End: 2026-05-05.
What is the track record of Krueck & Sexton Architects, Ltd. with federal contracts?
Krueck & Sexton Architects, Ltd. has a history of performing federal contracts, primarily with the General Services Administration (GSA). While this specific task order is for $7.86 million, their broader federal portfolio may include various design and architectural services for government agencies. Analyzing their past performance, including on-time delivery, budget adherence, and client satisfaction across previous federal awards, would provide a more comprehensive understanding of their reliability and capability. A review of their contract history in the Federal Procurement Data System (FPDS) would reveal the types and values of contracts they have previously been awarded and their performance ratings, if available.
How does the value of this task order compare to similar architectural design contracts awarded by the GSA?
The $7.86 million value for this task order is substantial and indicative of a significant architectural design effort for a federal facility consolidation project. To benchmark this value, one would compare it to other GSA task orders or contracts for similar services, such as the design of new federal buildings, major renovations, or consolidation projects. Factors like the square footage to be designed, the complexity of the architectural requirements (e.g., specialized security, sustainability goals), and the specific location's cost of living and labor rates would influence comparisons. Without access to a detailed database of comparable GSA architectural design contracts, a precise benchmark is difficult, but the amount suggests a project of considerable scope and importance.
What are the primary risks associated with this contract, and how are they being mitigated?
The primary risks associated with this contract include potential scope creep due to the long performance period (ending May 2026), the possibility of cost overruns if unforeseen issues arise within the firm-fixed-price structure, and ensuring the final design meets all functional and regulatory requirements for a federal building. Mitigation strategies likely involve robust project management by the GSA, clear definition of design deliverables and milestones, regular progress reviews, and stringent change order control processes. The firm-fixed-price nature itself acts as a risk mitigation tool for the government by capping the total cost, provided the scope is well-defined and managed.
How effective is the 'full and open competition' approach in ensuring value for money for this type of architectural service?
The 'full and open competition' approach is generally considered highly effective for ensuring value for money in procuring architectural services for federal projects. This method allows any responsible source to submit a bid, fostering a competitive environment where multiple firms vie for the contract. This competition typically drives down prices, encourages innovation in design solutions, and leads to the selection of the most qualified contractor at a fair market price. For complex design services like those for the LBJ Consolidation Project, this approach helps the GSA identify firms with the best technical expertise and cost-effectiveness, ultimately benefiting taxpayers by securing high-quality design at a competitive rate.
What is the historical spending trend for architectural services by the GSA in the District of Columbia?
The General Services Administration (GSA) is a major procurer of architectural services in the District of Columbia due to the high concentration of federal buildings in the nation's capital. Historical spending trends for GSA's architectural services in DC have generally been substantial, reflecting the ongoing need for design, renovation, and modernization of federal facilities. While specific annual figures fluctuate based on major projects and budget allocations, the GSA consistently invests significant amounts in maintaining and upgrading its real estate portfolio. This task order for the LBJ Consolidation Project aligns with this historical pattern of substantial investment in architectural design services within the DC metropolitan area.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Architectural Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-ENG SVCS - CONSTRUCTION
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: ARCHITECT-ENGINEER FAR 6.102
Solicitation ID: 47PM0519R0017
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 221 W ERIE ST, CHICAGO, IL, 60654
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $7,864,736
Exercised Options: $7,864,736
Current Obligation: $7,864,736
Actual Outlays: $61,885
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: GS07P16UCD7000
IDV Type: IDC
Timeline
Start Date: 2019-10-30
Current End Date: 2026-05-05
Potential End Date: 2026-06-05 00:00:00
Last Modified: 2026-02-24
More Contracts from Krueck & Sexton Architects, Ltd
- Architect-Engineer Services for the Silvio V. Mollo Major Modernization and Jacob K. Javits Swing Space Project — $18.4M (General Services Administration)
- Social Security Administration Robert M. Ball Building Fourth Floor Optimization and Stair Tower Design Project in Woodlawn, MD — $2.8M (General Services Administration)
View all Krueck & Sexton Architects, Ltd 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)