GSA awards $3.1M warehousing contract to Consolidated Transportation Services Inc. in Guam
Contract Overview
Contract Amount: $3,077,727 ($3.1M)
Contractor: Consolidated Transportation Services Inc
Awarding Agency: General Services Administration
Start Date: 2024-02-01
End Date: 2027-01-31
Contract Duration: 1,095 days
Daily Burn Rate: $2.8K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: SITE C AWARD
Place of Performance
Location: TAMUNING, GUAM County, GUAM, 96913
Plain-Language Summary
General Services Administration obligated $3.1 million to CONSOLIDATED TRANSPORTATION SERVICES INC for work described as: SITE C AWARD Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract is a firm-fixed-price definitive contract, providing cost certainty. 3. Duration of 1095 days (3 years) indicates a medium-term need for services. 4. The North American Industry Classification System (NAICS) code 493110 points to general warehousing and storage services. 5. Awarded by the General Services Administration (GSA), a key federal procurement agency. 6. The contract is not set aside for small businesses, implying larger firms were likely involved. 7. The contract is not a small business subcontracting goal, indicating no specific set-aside for smaller entities.
Value Assessment
Rating: fair
The award amount of $3,077,727 for a 3-year warehousing contract in Guam appears to be within a reasonable range for general warehousing services. Without specific benchmarks for warehousing in Guam or detailed service requirements, a precise value-for-money assessment is challenging. However, the firm-fixed-price structure helps control costs. Further analysis would require comparing this to similar GSA contracts for warehousing in similar geographic locations and for comparable service scopes.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The number of bidders is not specified, but this method generally fosters price discovery and encourages competitive pricing. The GSA's use of this procurement method suggests they sought the best value through a broad market solicitation.
Taxpayer Impact: Taxpayers benefit from a competitive process that aims to secure the most advantageous pricing and terms for the government.
Public Impact
The primary beneficiaries are federal agencies in Guam requiring general warehousing and storage solutions. Services delivered include the storage, handling, and management of government property. The geographic impact is focused on Guam, supporting federal operations in the region. Workforce implications may include local employment opportunities for warehouse staff and management within Guam.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics or KPIs in the provided data makes it difficult to assess service quality.
- Geographic isolation of Guam could lead to higher logistical costs and potential supply chain vulnerabilities.
- Dependence on a single awardee for a critical service like warehousing carries inherent risk if performance falters.
Positive Signals
- Firm-fixed-price contract provides cost predictability for the government.
- Awarded by GSA, an agency with extensive experience in federal procurement.
- Full and open competition suggests a robust selection process.
- The contract duration of three years allows for stable service provision.
Sector Analysis
The General Services Administration (GSA) procures a wide range of goods and services for federal agencies. Warehousing and storage services fall under the logistics and supply chain management sector. The NAICS code 493110, General Warehousing and Storage, covers establishments primarily engaged in operating merchandise warehouses for storage of goods. This contract fits within GSA's mission to provide efficient and cost-effective support services to the federal government, particularly in regions like Guam where dedicated federal logistics infrastructure may be limited.
Small Business Impact
This contract was not set aside for small businesses, nor does it appear to have specific subcontracting goals for small businesses mentioned in the provided data. This suggests that the competition was open to all responsible offerors, including large businesses. The absence of a small business set-aside may indicate that the scope or nature of the services required were not deemed suitable for such a designation, or that larger prime contractors were expected to be the primary participants.
Oversight & Accountability
The General Services Administration (GSA) typically has robust oversight mechanisms for its contracts, including performance monitoring and contract management. As a definitive contract, it is subject to standard federal procurement regulations and oversight. The firm-fixed-price nature of the award provides a degree of financial oversight by locking in costs. Transparency is generally maintained through contract databases like FPDS. Inspector General oversight would fall under the GSA's Office of Inspector General.
Related Government Programs
- GSA Federal Acquisition Service Contracts
- General Warehousing and Storage Services
- Logistics and Supply Chain Management Contracts
- Federal Government Property Management
Risk Flags
- Potential for increased costs due to Guam's geographic isolation.
- Dependence on a single contractor for essential warehousing services.
- Lack of detailed performance metrics in summary data.
Tags
sector-other, agency-gsa, geography-guam, contract-type-definitive, size-category-large, competition-level-full-and-open, pricing-type-firm-fixed-price, service-warehousing, service-storage, procurement-method-award
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $3.1 million to CONSOLIDATED TRANSPORTATION SERVICES INC. SITE C AWARD
Who is the contractor on this award?
The obligated recipient is CONSOLIDATED TRANSPORTATION SERVICES INC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $3.1 million.
What is the period of performance?
Start: 2024-02-01. End: 2027-01-31.
What is the historical spending pattern for general warehousing and storage services by the GSA in Guam?
Analyzing historical spending for warehousing and storage in Guam by GSA requires access to detailed procurement data beyond the scope of this single award. Typically, GSA manages a portfolio of contracts to meet agency needs. Past spending would likely reflect previous contracts for similar services, potentially with different awardees or contract types. Factors influencing historical spending include the number of federal agencies operating in Guam, the volume of goods requiring storage, and the prevailing market rates. Without specific historical data, it's difficult to establish a precise trend, but GSA aims to achieve cost efficiencies through competitive contracting over time. This current award of $3.1 million over three years provides a new data point for future comparisons.
How does the per-unit cost of this contract compare to similar warehousing contracts in other Pacific territories or mainland US locations?
A direct per-unit cost comparison is challenging without detailed service breakdowns (e.g., cost per square foot per month, cost per item handled). Warehousing costs are highly sensitive to location, labor rates, real estate values, and transportation logistics. Guam's geographic isolation and higher cost of living compared to many mainland US locations would likely result in higher per-unit costs. Comparing this contract to similar ones in Hawaii or other Pacific islands might offer a more relevant benchmark than mainland US locations. However, the firm-fixed-price nature of this contract aims to cap overall expenditure, making the total award value a key indicator of budget adherence.
What are the specific performance expectations and metrics outlined in the contract for Consolidated Transportation Services Inc.?
The provided data does not detail the specific performance expectations or metrics for Consolidated Transportation Services Inc. However, standard federal contracts for warehousing and storage typically include requirements related to inventory accuracy, on-time delivery/retrieval, facility maintenance, security, and compliance with safety regulations. Performance is usually monitored through contract surveillance, periodic reviews, and potentially through a Contractor Performance Assessment Reporting System (CPARS). The firm-fixed-price structure implies that the contractor is responsible for meeting these performance standards within the agreed-upon price. Failure to meet critical performance metrics could lead to contract remedies or termination.
What is the track record of Consolidated Transportation Services Inc. in performing federal warehousing contracts?
Assessing the track record of Consolidated Transportation Services Inc. requires reviewing their past performance on federal contracts, ideally those involving similar warehousing and logistics services. Information on past performance, including any CPARS reports, would be available through federal procurement databases. A positive track record would indicate reliability, quality service, and adherence to contract terms. Conversely, any history of performance issues, disputes, or contract terminations would raise concerns. GSA, as the awarding agency, would have conducted due diligence on the contractor's past performance during the solicitation process to ensure capability and reliability.
What are the potential risks associated with a single awardee providing warehousing services in Guam for the federal government?
The primary risk associated with a single awardee for warehousing in Guam is the potential for service disruption if the contractor fails to perform adequately or faces financial/operational difficulties. Guam's remote location can exacerbate these risks, making it more challenging and costly to onboard a replacement contractor quickly. Other risks include potential price increases in future contract renewals if competition is limited, and over-reliance on one entity for critical logistical support. Mitigation strategies often involve strong contract management, clear performance standards, and contingency planning by the government.
How does this contract align with GSA's broader strategy for logistics and supply chain management in the Pacific region?
This contract aligns with GSA's strategy to provide efficient and cost-effective logistics support to federal agencies across all regions, including the Pacific. By consolidating warehousing needs through competitive procurement, GSA aims to achieve economies of scale and ensure reliable service delivery. For the Pacific region, GSA's strategy often involves establishing regional hubs or supporting critical infrastructure to meet the unique logistical challenges of island territories. This award demonstrates GSA's commitment to maintaining essential services in Guam, supporting the operational readiness and effectiveness of federal entities located there.
Industry Classification
NAICS: Transportation and Warehousing › Warehousing and Storage › General Warehousing and Storage
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 47QFCA23R0084
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 278 GUERRERO DR, TAMUNING, GU, 96913
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $4,920,659
Exercised Options: $3,147,727
Current Obligation: $3,077,727
Actual Outlays: $1,735,945
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2024-02-01
Current End Date: 2027-01-31
Potential End Date: 2029-01-31 00:00:00
Last Modified: 2026-01-26
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)