Vegetation control services for Hilo airport awarded to Backyard Monkey LLC for $256,613.48

Contract Overview

Contract Amount: $256,613 ($256.6K)

Contractor: Backyard Monkey LLC

Awarding Agency: Department of Transportation

Start Date: 2023-09-19

End Date: 2028-09-30

Contract Duration: 1,838 days

Daily Burn Rate: $140/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: THIS REQUIREMENT IS FOR VEGETATION CONTROL SERVICES AT ITO VOR (HILO).

Place of Performance

Location: HILO, HAWAII County, HAWAII, 96720

State: Hawaii Government Spending

Plain-Language Summary

Department of Transportation obligated $256,613.48 to BACKYARD MONKEY LLC for work described as: THIS REQUIREMENT IS FOR VEGETATION CONTROL SERVICES AT ITO VOR (HILO). Key points: 1. The contract value of $256,613.48 appears reasonable for landscaping services at a single airport location over a five-year period. 2. Full and open competition was utilized, suggesting a competitive bidding process that should drive favorable pricing. 3. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 4. The duration of the contract (over 5 years) provides long-term stability for service delivery. 5. The contractor, Backyard Monkey LLC, is a new awardee for this specific service at this location. 6. The North American Industry Classification System (NAICS) code 561730 indicates a standard landscaping service.

Value Assessment

Rating: good

The contract value of $256,613.48 for vegetation control services at Hilo International Airport (ITO) over approximately five years appears to be within a reasonable range for such services. Benchmarking against similar landscaping contracts at other FAA facilities or regional airports would provide a more precise value assessment. The Firm Fixed Price contract type is standard for services and helps manage cost predictability for the government.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' which indicates that the solicitation was broadly advertised, and all responsible sources were permitted to submit offers. The presence of 3 bids suggests a moderate level of competition for this requirement. While not a large number of bidders, it indicates that multiple companies were interested and capable of performing the work.

Taxpayer Impact: The competitive bidding process, even with three bidders, is beneficial for taxpayers as it encourages price reductions and ensures the government receives competitive market rates for the vegetation control services.

Public Impact

The primary beneficiaries are the Federal Aviation Administration (FAA) and the traveling public, who benefit from safe and compliant airport operations. The service delivered is vegetation control, crucial for maintaining airfield safety, preventing fire hazards, and ensuring clear sightlines. The geographic impact is localized to Hilo International Airport (ITO) in Hawaii. Workforce implications are likely to involve local employment opportunities for landscaping crews managed by Backyard Monkey LLC.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Landscaping Services sector (NAICS 561730), a segment of the broader facilities maintenance and management industry. The market for airport grounds maintenance is specialized, requiring adherence to strict safety and operational standards. Comparable spending benchmarks would involve analyzing other FAA or Department of Defense contracts for similar vegetation management at airfields, which can vary significantly based on climate, terrain, and specific airfield requirements.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Backyard Monkey LLC's size status is not provided, but the contract was competed under full and open competition. There is no explicit mention of subcontracting requirements for small businesses within the provided data, suggesting that the primary contractor will likely manage the service delivery directly or through their own resources.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the FAA's technical representatives at Hilo International Airport. Accountability measures are embedded in the Firm Fixed Price contract terms, requiring the contractor to meet defined service levels. Transparency is generally maintained through federal contract databases like SAM.gov. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

vegetation-control, landscaping-services, federal-aviation-administration, department-of-transportation, firm-fixed-price, full-and-open-competition, airport-operations, hawaii, hilo, backyard-monkey-llc, definitive-contract, naics-561730

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $256,613.48 to BACKYARD MONKEY LLC. THIS REQUIREMENT IS FOR VEGETATION CONTROL SERVICES AT ITO VOR (HILO).

Who is the contractor on this award?

The obligated recipient is BACKYARD MONKEY LLC.

Which agency awarded this contract?

Awarding agency: Department of Transportation (Federal Aviation Administration).

What is the total obligated amount?

The obligated amount is $256,613.48.

What is the period of performance?

Start: 2023-09-19. End: 2028-09-30.

What is the contractor's prior experience with large-scale airport vegetation management, particularly for the FAA?

The provided data does not detail Backyard Monkey LLC's specific prior experience with large-scale airport vegetation management or contracts with the FAA. While they were awarded this contract, their historical performance on similar projects is not available in this summary. Further investigation into the contractor's past performance, potentially through sources like the Contractor Performance Assessment Reporting System (CPARS) or publicly available contract databases, would be necessary to assess their track record. Understanding their experience is crucial for evaluating the risk associated with this contract and ensuring the successful execution of vegetation control services at Hilo International Airport.

How does the awarded amount compare to the average cost of vegetation control services at similar-sized airports?

The awarded amount of $256,613.48 for approximately five years of vegetation control services at Hilo International Airport translates to roughly $51,322 per year. Benchmarking this against similar airports requires detailed data on airport size, operational tempo, geographic location (influencing vegetation growth rates), and specific service requirements. Without access to a database of comparable FAA or airport authority landscaping contracts, a precise comparison is difficult. However, for a medium-sized airport, this annual figure may be considered moderate, assuming it covers all necessary mowing, trimming, and vegetation removal to maintain safety and operational standards.

What are the key performance indicators (KPIs) and service level agreements (SLAs) outlined in the contract?

The provided data does not specify the Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this vegetation control contract. Typically, such contracts would include metrics related to the frequency of mowing, the height of vegetation allowed in critical areas (e.g., near runways, taxiways), the removal of hazardous vegetation, and response times for specific issues. The Firm Fixed Price nature of the contract implies that the contractor is obligated to meet certain standards, and failure to do so could result in penalties or contract termination. A review of the full contract document would be necessary to identify these specific performance requirements.

What is the potential risk associated with the 'After Exclusion of Sources' clause in the competition type?

The 'Full and Open Competition After Exclusion of Sources' clause suggests that while the competition was intended to be open, certain sources or types of sources were specifically excluded from the initial solicitation phase. This could be due to specific pre-qualification requirements or a phased approach. The primary risk is that potentially capable and competitive sources may have been overlooked or prevented from bidding, potentially leading to a less competitive outcome than true 'full and open' competition. It is important to ensure that the exclusion criteria were justified, documented, and did not unduly restrict competition, thereby potentially impacting the best value obtained for taxpayer funds.

Are there any provisions for environmental compliance or specific ecological considerations in the vegetation management plan?

The provided summary data does not include details on environmental compliance or specific ecological considerations within the vegetation management plan. Airport vegetation control contracts often require adherence to environmental regulations, including restrictions on herbicide use, protection of native species, and management of stormwater runoff. It is likely that the full contract would contain clauses addressing these aspects, especially given the sensitive ecosystem in Hawaii. Further examination of the contract's statement of work and associated environmental compliance documents would be needed to ascertain these provisions.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesServices to Buildings and DwellingsLandscaping Services

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 697DCK-23-R-00265

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 18-2649 VOLCANO RD, MOUNTAIN VIEW, HI, 96771

Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $449,786

Exercised Options: $323,921

Current Obligation: $256,613

Actual Outlays: $189,306

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2023-09-19

Current End Date: 2028-09-30

Potential End Date: 2028-09-30 00:00:00

Last Modified: 2026-04-09

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending