Transportation Department awards $596K janitorial contract to Versability Resources, Inc. for fleet services
Contract Overview
Contract Amount: $59,609 ($59.6K)
Contractor: Versability Resources, Inc.
Awarding Agency: Department of Transportation
Start Date: 2025-03-01
End Date: 2027-02-28
Contract Duration: 729 days
Daily Burn Rate: $82/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: JRRF: JANITORIAL SERVICES BASE +4 ISSUED TO FUND THE BASE YEAR OF JANITORIAL SERVICES AT THE FLEET.
Place of Performance
Location: FORT EUSTIS, NEWPORT NEWS CITY County, VIRGINIA, 23604
State: Virginia Government Spending
Plain-Language Summary
Department of Transportation obligated $59,608.81 to VERSABILITY RESOURCES, INC. for work described as: JRRF: JANITORIAL SERVICES BASE +4 ISSUED TO FUND THE BASE YEAR OF JANITORIAL SERVICES AT THE FLEET. Key points: 1. Contract awarded as a purchase order, indicating a streamlined acquisition process. 2. The firm fixed price contract type helps manage cost certainty for the government. 3. The contract duration of 729 days (2 years) suggests a stable, ongoing need for services. 4. The base year value of $596,088.81 needs to be assessed against potential option periods for total lifecycle cost. 5. The absence of competition raises questions about potential cost savings and market responsiveness. 6. The contract is for janitorial services, a common and essential facility support function.
Value Assessment
Rating: fair
The contract value of approximately $596,000 for the base year for janitorial services at the Maritime Administration's fleet appears to be within a reasonable range for a two-year period. However, without specific details on the scope of services, the size of the fleet, or the geographic locations covered, a precise benchmark is difficult. Comparing this to similar janitorial contracts for federal agencies of comparable size and scope would provide better insight into value for money. The firm fixed price structure offers cost predictability.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as 'NOT AVAILABLE FOR COMPETITION,' indicating a sole-source or limited competition procurement. The specific justification for this approach is not provided in the data. Typically, sole-source awards occur when only one responsible source can provide the required services, or in urgent situations. The lack of open competition means potential savings from a competitive bidding process may have been forgone, and the government did not benefit from a wider range of service offerings or innovative solutions.
Taxpayer Impact: For taxpayers, a sole-source award means there is a higher risk of paying a premium for services, as the contractor faces no direct price competition. It also limits the opportunity for small businesses to compete for this work.
Public Impact
The primary beneficiaries are the personnel and operations of the Maritime Administration's fleet, which will receive essential janitorial services. The services delivered include maintaining cleanliness and sanitation standards for the fleet's facilities. The geographic impact is likely concentrated around the locations where the fleet is based or operates. This contract supports the maintenance of federal assets, ensuring operational readiness and a safe working environment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to higher costs than a competitively bid contract.
- The specific scope of work and performance standards are not detailed, potentially leading to ambiguity.
- Reliance on a single contractor for essential services could pose a risk if performance issues arise.
Positive Signals
- Firm fixed price contract provides cost certainty for the base period.
- The contract is for janitorial services, a standard and necessary function.
- The award is to Versability Resources, Inc., suggesting an established vendor relationship.
Sector Analysis
The janitorial services sector is a mature and competitive market, with numerous small and large businesses offering facility maintenance. Federal spending in this area is consistent across various agencies for maintaining government buildings, vehicles, and equipment. This contract fits within the broader category of facility support services, which are essential for the operational upkeep of government assets. Benchmarks for janitorial services can vary significantly based on the size and type of facility, location, and specific service requirements.
Small Business Impact
The data indicates that this contract was not awarded as a small business set-aside (sb: false) and the contractor, Versability Resources, Inc., is not explicitly identified as a small business in this snippet. Therefore, there are no direct subcontracting implications for small businesses stemming from a set-aside provision. However, the prime contractor may choose to subcontract portions of the work, which could present opportunities for small businesses if not restricted.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Transportation's Maritime Administration contracting officers and program managers. Accountability measures would be defined in the contract's statement of work and performance standards. Transparency is facilitated by public contract databases, though detailed performance reports are often internal. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Federal Building Maintenance Contracts
- Government Fleet Support Services
- Maritime Administration Operations
- General Services Administration (GSA) Schedules for Facility Services
Risk Flags
- Sole-source award lacks competitive pricing pressure.
- Scope of work details are not provided, potentially leading to performance issues.
- Contract duration is significant (2 years), requiring careful performance monitoring.
Tags
janitorial-services, transportation, maritime-administration, purchase-order, firm-fixed-price, sole-source, facility-support, virginia, base-year, versability-resources-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $59,608.81 to VERSABILITY RESOURCES, INC.. JRRF: JANITORIAL SERVICES BASE +4 ISSUED TO FUND THE BASE YEAR OF JANITORIAL SERVICES AT THE FLEET.
Who is the contractor on this award?
The obligated recipient is VERSABILITY RESOURCES, INC..
Which agency awarded this contract?
Awarding agency: Department of Transportation (Maritime Administration).
What is the total obligated amount?
The obligated amount is $59,608.81.
What is the period of performance?
Start: 2025-03-01. End: 2027-02-28.
What is the total potential value of this contract, including all option periods?
The provided data only specifies the base year value of $596,088.81. The contract duration is 729 days, which equates to two years. Without explicit information on option periods, their duration, and their associated values, the total potential value remains unknown. Federal contracts often include options to extend services, which could significantly increase the total contract value beyond the base year amount. Further analysis would require accessing the full contract document to determine if options exist and their pricing structure.
What specific services are included in the janitorial scope of work?
The provided data identifies the contract as being for 'JANITORIAL SERVICES' at the 'FLEET.' However, it does not detail the specific tasks included within this scope. Typically, janitorial services encompass cleaning, dusting, vacuuming, mopping, trash removal, restroom sanitation, and potentially window cleaning. For a fleet, this might also include cleaning of specific areas within vessels or related shore facilities. A comprehensive understanding requires reviewing the contract's Statement of Work (SOW) or Performance Work Statement (PWS) for a detailed breakdown of required tasks, frequency, and standards.
Why was this contract awarded on a sole-source basis?
The data indicates the contract was 'NOT AVAILABLE FOR COMPETITION,' which typically signifies a sole-source award. The specific justification for this procurement approach is not detailed in the provided information. Common reasons for sole-source awards include the unavailability of other sources, urgent and compelling needs, or specific technical requirements that only one contractor can meet. Without the justification document (e.g., a Justification and Approval - J&A), it is impossible to determine the precise rationale behind bypassing a competitive bidding process for these janitorial services.
How does the price compare to similar janitorial contracts for federal agencies?
Benchmarking this contract's price requires comparison with similar janitorial service contracts awarded by federal agencies. Factors such as the size of the facility or fleet, geographic location (which impacts labor costs), and the specific scope of services (e.g., frequency of cleaning, specialized services) are crucial for a fair comparison. The base year value of approximately $596,000 for a two-year period suggests an average annual cost of roughly $298,000. Without detailed comparative data on contracts with similar parameters, it is difficult to definitively assess if this represents excellent, fair, or questionable value for money.
What is the track record of Versability Resources, Inc. with federal contracts?
The provided data identifies Versability Resources, Inc. as the contractor but does not offer details on their past performance or track record with federal contracts. To assess their reliability and experience, one would need to examine their contract history, including past awards, performance evaluations (e.g., CPARS reports), and any history of contract disputes or terminations. A contractor's history is a key indicator of their ability to successfully deliver services and manage government contracts effectively.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Services to Buildings and Dwellings › Janitorial Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2520 58TH ST, HAMPTON, VA, 23661
Business Categories: AbilityOne Program Participant, Category Business, Corporate Entity Tax Exempt, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $300,204
Exercised Options: $59,609
Current Obligation: $59,609
Actual Outlays: $54,641
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-03-01
Current End Date: 2027-02-28
Potential End Date: 2030-02-28 00:00:00
Last Modified: 2026-04-07
More Contracts from Versability Resources, Inc.
- Provisioning Services — $25.6M (Department of Defense)
- N102/N1 a. Bricker Command Wide Administrative and HR Support Services — $25.6M (Department of Defense)
- Provisioning Services — $24.9M (Department of Defense)
- Official Mail Center/Postal Service Center Contract Award for 11 AIR Combat Command Bases — $21.5M (Department of Defense)
- Ophthalmic Support Services — $6.2M (Department of Defense)
Other Department of Transportation Contracts
- Dafis UDO Reconstruct W/O Advance — $3.8B (Lockheed Martin Services, LLC)
- THE Purpose of This Delivery Order Award IS to ADD Funding for FTI Telecommunications Services — $1.9B (Harris Corporation)
- Provide Funding for Clin 302 for Pre-Flight and In-Flight Services. Contract Number Dtfawa-05-C-00031, Lockheed Martin. POP 01/16/08-03/31/08 — $1.9B (Leidos, Inc.)
- Center for Advanced Aviation Development (caasd) Ffrdc Mitre — $1.7B (THE Mitre Corporation)
- Dafis UDO Reconstruct W/O Advance — $1.5B (Harris Corporation)