Transportation awards $268K for Denver-area landscape and snow removal services to NASCENCE GROUP LLC
Contract Overview
Contract Amount: $268,611 ($268.6K)
Contractor: Nascence Group LLC
Awarding Agency: Department of Transportation
Start Date: 2024-11-13
End Date: 2026-11-30
Contract Duration: 747 days
Daily Burn Rate: $360/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 7
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: AWARD FOR LANDSCAPE MAINTENANCE, SNOW REMOVAL AND SANDING SERVICES AT DENVER ARTCC AND JUNIOR JETS CHILD DEVELOPMENT CENTER, LONGMONT, COLORADO. BASE PLUS 4 OPTION YEAR CONTRACT
Place of Performance
Location: LONGMONT, BOULDER County, COLORADO, 80501
State: Colorado Government Spending
Plain-Language Summary
Department of Transportation obligated $268,610.86 to NASCENCE GROUP LLC for work described as: AWARD FOR LANDSCAPE MAINTENANCE, SNOW REMOVAL AND SANDING SERVICES AT DENVER ARTCC AND JUNIOR JETS CHILD DEVELOPMENT CENTER, LONGMONT, COLORADO. BASE PLUS 4 OPTION YEAR CONTRACT Key points: 1. The contract covers essential grounds maintenance, including landscaping, snow removal, and sanding, ensuring operational continuity at critical FAA facilities. 2. Awarded through full and open competition, this contract suggests a competitive market for specialized facility maintenance services. 3. The fixed-price contract structure shifts performance risk to the contractor, NASCENCE GROUP LLC. 4. The contract duration of approximately two years, with a base period and four option years, provides a stable service period. 5. The services are critical for maintaining the safety and accessibility of FAA facilities in the Denver region.
Value Assessment
Rating: good
The total award amount of $268,610.86 for approximately two years of service appears reasonable for the scope of work, which includes landscaping, snow removal, and sanding for two facilities. Benchmarking against similar contracts for grounds maintenance at federal facilities in the Denver area would provide a more precise value assessment. However, given the fixed-price nature, the government is protected from cost overruns, and the contractor bears the risk of delivering services within the agreed-upon price.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'full and open competition after exclusion of sources,' indicating that while the initial process may have involved some exclusions, the final award was made after a broad solicitation. The presence of 7 bids suggests a healthy level of competition for these specialized services. This competitive environment is generally favorable for price discovery and achieving a fair market price for the government.
Taxpayer Impact: The robust competition indicates that taxpayer dollars are likely being used efficiently, as multiple companies vied for the contract, driving down the price through competitive bidding.
Public Impact
The primary beneficiaries are the Federal Aviation Administration (FAA) and its personnel at the Denver Air Route Traffic Control Center (ARTCC) and the Junior Jets Child Development Center, who will benefit from well-maintained and accessible facilities. The services delivered include essential landscape maintenance, snow removal, and sanding, ensuring safety and operational readiness. The geographic impact is localized to Longmont, Colorado, where the facilities are situated. The contract supports jobs within the landscaping and facility maintenance sector in the Colorado region.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for service quality variations across the option periods if not closely monitored.
- Reliance on a single contractor for critical, time-sensitive services like snow removal.
Positive Signals
- Fixed-price contract provides cost certainty for the government.
- Awarded through full and open competition, suggesting a competitive market.
- Contract covers essential services for facility safety and accessibility.
Sector Analysis
The contract falls within the broader facilities support services sector, specifically grounds maintenance. This sector is characterized by a mix of small and large businesses providing essential services to government and commercial entities. The market size for such services is substantial, driven by the continuous need for upkeep of public and private infrastructure. This specific contract represents a small but vital component of the FAA's operational support spending.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). While NASCENCE GROUP LLC's size is not provided, the presence of 7 bidders suggests that both small and large businesses may have participated in the competition. There is no explicit information on subcontracting requirements, but given the nature of the services, it's possible that smaller, specialized firms could be engaged for specific tasks.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the contract administration team within the Federal Aviation Administration. Performance monitoring, quality assurance checks, and invoice reviews are standard accountability measures. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Federal Aviation Administration Facility Maintenance
- Department of Transportation Grounds Maintenance Contracts
- Federal Building and Grounds Maintenance Services
- Snow and Ice Control Services Contracts
Risk Flags
- Potential for performance issues if contractor lacks experience.
- Risk of price increases in option years if not managed carefully.
- Dependence on a single contractor for critical services.
Tags
transportation, federal-aviation-administration, landscaping-services, snow-removal, facility-maintenance, firm-fixed-price, full-and-open-competition, colorado, definitive-contract, denver-region
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $268,610.86 to NASCENCE GROUP LLC. AWARD FOR LANDSCAPE MAINTENANCE, SNOW REMOVAL AND SANDING SERVICES AT DENVER ARTCC AND JUNIOR JETS CHILD DEVELOPMENT CENTER, LONGMONT, COLORADO. BASE PLUS 4 OPTION YEAR CONTRACT
Who is the contractor on this award?
The obligated recipient is NASCENCE GROUP LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $268,610.86.
What is the period of performance?
Start: 2024-11-13. End: 2026-11-30.
What is the track record of NASCENCE GROUP LLC in performing similar federal contracts?
Information regarding NASCENCE GROUP LLC's specific track record with federal contracts is not detailed in the provided data. A thorough review would require accessing historical contract databases to examine past performance, any reported issues, and client feedback. Understanding their experience with landscaping, snow removal, and sanding services, particularly at government facilities, is crucial for assessing their capability to fulfill this contract effectively. Without this historical data, it's difficult to definitively gauge their reliability and past performance quality.
How does the awarded price compare to market rates for similar landscaping and snow removal services in the Denver, Colorado area?
The provided data does not include specific market rate benchmarks for landscaping and snow removal services in the Denver, Colorado area. To assess value for money, a comparison would involve researching average hourly rates, per-acre maintenance costs, and snow removal service pricing from local commercial providers. Factors such as the scope of services (e.g., frequency of mowing, type of landscaping, snow depth triggers for removal), facility size, and service level agreements would need to be considered. The fixed-price nature of this contract suggests the government has negotiated a set price, but its competitiveness relative to the market requires external data.
What are the potential risks associated with the 'full and open competition after exclusion of sources' award type?
The 'full and open competition after exclusion of sources' award type suggests that while the competition was ultimately broad, there might have been an initial phase where certain sources were excluded, possibly due to specific requirements or prior relationships. The primary risk is that this exclusion, even if justified, could potentially limit the pool of qualified bidders or lead to perceptions of unfairness. However, if the exclusion was based on legitimate technical or capability requirements and the subsequent full and open competition yielded multiple bids, the risk to price discovery and overall value is likely mitigated. The key is understanding the rationale behind the initial exclusion.
How effective are the performance standards and quality assurance measures for this contract?
The provided data does not detail the specific performance standards or quality assurance measures for this contract. Effectiveness would depend on clearly defined metrics for service delivery (e.g., response times for snow removal, quality of landscaping upkeep, safety compliance), regular inspections, and a robust process for addressing deficiencies. The Federal Aviation Administration (FAA) would typically have established procedures for monitoring contractor performance. Without access to the contract's statement of work and quality assurance surveillance plan, a definitive assessment of effectiveness is not possible.
What has been the historical spending trend for landscaping and snow removal services at the Denver ARTCC and Junior Jets Child Development Center?
The provided data only includes details for the current award ($268,610.86). To understand historical spending trends, one would need to access past contract awards for these specific facilities or for similar services procured by the FAA in the Denver region. Analyzing previous contract values, durations, and awarded contractors would reveal patterns of spending, potential cost increases or decreases over time, and the stability of service providers. This historical context is essential for evaluating whether the current award represents a continuation of established spending levels or a significant deviation.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Services to Buildings and Dwellings › Landscaping Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 697DCK-24-R-00471
Offers Received: 7
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1420 N COOPER ST, ARLINGTON, TX, 76011
Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Economically Disadvantaged Women Owned Small Business, HUBZone Firm, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $854,580
Exercised Options: $268,611
Current Obligation: $268,611
Actual Outlays: $141,642
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: YES
Timeline
Start Date: 2024-11-13
Current End Date: 2026-11-30
Potential End Date: 2029-11-30 00:00:00
Last Modified: 2026-04-07
More Contracts from Nascence Group LLC
- Update to Include Square Footage and Frequency of Cleaning — $32.3K (Department of the Interior)
- RP# 26-0130 FY 26 Solid Waste Disposal MDC Guaynabo P1 Waste Disposal Nascence Group — $21.3K (Department of Justice)
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)