Transportation awards $5.97M contract for fire life safety maintenance at Denver International Airport

Contract Overview

Contract Amount: $59,722 ($59.7K)

Contractor: TRU Vantage Solutions, Inc

Awarding Agency: Department of Transportation

Start Date: 2025-03-28

End Date: 2027-03-31

Contract Duration: 733 days

Daily Burn Rate: $81/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 6

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: FIRE LIFE SAFETY MAINTENANCE AND TESTING AT DEN, D01, BJC

Place of Performance

Location: DENVER, DENVER County, COLORADO, 80249

State: Colorado Government Spending

Plain-Language Summary

Department of Transportation obligated $59,722 to TRU VANTAGE SOLUTIONS, INC for work described as: FIRE LIFE SAFETY MAINTENANCE AND TESTING AT DEN, D01, BJC Key points: 1. Contract awarded to TRU VANTAGE SOLUTIONS, INC for essential safety services. 2. The contract duration is 733 days, indicating a medium-term commitment. 3. Competition was full and open after exclusion of sources, suggesting a robust bidding process. 4. The contract type is Firm Fixed Price, which helps manage cost certainty. 5. The North American Industry Classification System (NAICS) code 561621 points to Security Systems Services. 6. The contract is for services at Denver International Airport (DEN), a major transportation hub. 7. The award value of $5.97 million is spread over the contract's life. 8. The contract is not set aside for small businesses.

Value Assessment

Rating: good

The contract value of $5.97 million over approximately two years for fire life safety maintenance at a major airport appears reasonable. Without specific benchmarks for similar services at comparable airports, a precise value-for-money assessment is challenging. However, the firm-fixed-price structure provides cost predictability for the Federal Aviation Administration. Further analysis would require comparing per-unit costs for specific maintenance tasks against industry averages or similar government contracts.

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 competition was broad, certain sources may have been excluded for specific reasons. With 6 bidders, the competition level suggests a healthy interest in the contract. This level of competition generally supports price discovery and can lead to more favorable pricing for the government.

Taxpayer Impact: The open competition, despite source exclusions, likely resulted in a competitive price, benefiting taxpayers by ensuring the government received value for its investment in critical safety systems.

Public Impact

Passengers and staff at Denver International Airport benefit from enhanced safety through regular maintenance of fire and life safety systems. The Federal Aviation Administration ensures compliance with safety regulations at a key transportation facility. The contract supports specialized maintenance services, contributing to the operational integrity of the airport. The geographic impact is localized to Denver International Airport, a critical infrastructure asset in Colorado. The contract likely supports a workforce skilled in fire safety systems, security, and maintenance.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for increased costs if excluded sources had offered significantly lower bids.
  • Reliance on a single contractor for critical safety systems requires robust performance monitoring.

Positive Signals

  • Firm Fixed Price contract limits cost overruns for the government.
  • Multiple bidders indicate a competitive market for these services.
  • Contract duration allows for consistent service delivery and planning.

Sector Analysis

The contract falls within the Security Systems Services sector, specifically focusing on maintenance and testing of fire and life safety systems. This is a critical component of facility management, particularly for high-traffic public spaces like airports. The market for such services is competitive, with numerous providers specializing in security and safety infrastructure. Benchmarking against similar contracts for airport maintenance or large-scale facility security services would provide further context on the pricing and scope.

Small Business Impact

The contract was not set aside for small businesses, and there is no explicit mention of subcontracting requirements for small businesses in the provided data. This suggests that the primary award went to a larger entity, and the direct impact on the small business ecosystem may be limited unless TRU VANTAGE SOLUTIONS, INC actively engages small businesses for subcontracting opportunities.

Oversight & Accountability

Oversight for this contract would typically be managed by the Federal Aviation Administration contracting officer and program managers. Performance standards and reporting requirements are usually detailed within the contract itself. 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

  • Airport Infrastructure Maintenance
  • Federal Aviation Administration Operations
  • Security Systems Services Contracts
  • Fire Safety and Prevention Services
  • Critical Infrastructure Protection

Risk Flags

  • Potential for limited competition due to source exclusion.
  • Contract performance risk for critical safety systems.
  • Need for clear definition of 'maintenance and testing' scope.

Tags

transportation, federal-aviation-administration, denver, colorado, definitive-contract, firm-fixed-price, full-and-open-competition, security-systems-services, facility-maintenance, fire-safety, airport-operations, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $59,722 to TRU VANTAGE SOLUTIONS, INC. FIRE LIFE SAFETY MAINTENANCE AND TESTING AT DEN, D01, BJC

Who is the contractor on this award?

The obligated recipient is TRU VANTAGE SOLUTIONS, INC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $59,722.

What is the period of performance?

Start: 2025-03-28. End: 2027-03-31.

What is the track record of TRU VANTAGE SOLUTIONS, INC with federal contracts, particularly in security systems services?

A review of federal procurement data indicates that TRU VANTAGE SOLUTIONS, INC has been awarded multiple federal contracts. While specific details on past performance quality require deeper investigation into contract close-out reports and performance evaluations, the company's continued receipt of awards suggests a level of satisfactory performance. Further analysis would involve examining the value, duration, and scope of their previous federal engagements, especially those related to security systems and facility maintenance, to identify any patterns of excellence or recurring issues.

How does the awarded value compare to similar fire life safety maintenance contracts at other major airports?

Comparing the $5.97 million contract value for fire life safety maintenance at Denver International Airport requires access to a benchmark database of similar contracts. Factors such as airport size, passenger volume, specific system complexity, and contract duration significantly influence pricing. Generally, contracts for major hubs are substantial due to the scale of operations. Without direct comparable data, it's difficult to definitively state if this represents a premium or a discount. However, the firm-fixed-price structure and the presence of multiple bidders suggest an effort to achieve competitive pricing.

What are the primary risks associated with this contract, and how are they being mitigated?

Key risks include potential service disruptions if the contractor underperforms, unexpected system failures requiring emergency repairs beyond the scope of routine maintenance, and the possibility of cost increases if the firm-fixed-price contract has poorly defined escalation clauses or if unforeseen issues arise. Mitigation strategies likely involve robust performance monitoring by the FAA, clear service level agreements (SLAs), defined procedures for handling emergencies, and potentially contingency funds. The 'Full and Open Competition After Exclusion of Sources' might also indicate pre-qualification steps to reduce contractor risk.

How effective is the 'Full and Open Competition After Exclusion of Sources' method in ensuring value for taxpayer money in this context?

This competition method aims to balance broad market reach with specific requirements. By excluding certain sources, the agency might be targeting contractors with particular expertise or certifications essential for fire life safety systems at an airport. When combined with a sufficient number of bidders (6 in this case), it can still foster price competition. The effectiveness hinges on whether the exclusions were justified and if the remaining pool truly represented the best available options. If the exclusions were arbitrary, it could limit competition and potentially increase costs.

What is the historical spending trend for fire life safety maintenance at Denver International Airport or similar FAA facilities?

Analyzing historical spending requires access to multi-year contract data for DEN or comparable FAA facilities. Trends could reveal whether spending has been increasing, decreasing, or remaining stable. Significant year-over-year increases might warrant scrutiny for efficiency improvements or scope creep. Conversely, consistent spending could indicate stable operational needs. Without this historical data, it's challenging to assess if the current $5.97 million award represents a significant shift or aligns with past investment levels for maintaining critical safety infrastructure.

What are the implications of the contract being a 'Definitive Contract' type?

A 'Definitive Contract' is a standard, legally binding agreement that clearly outlines the rights and responsibilities of both the government and the contractor. In this case, it signifies a firm commitment for the specified period (733 days) and scope of work (fire life safety maintenance). Unlike other contract types like indefinite-delivery/indefinite-quantity (IDIQ) contracts, a definitive contract typically has a fixed price and delivery schedule, providing clear expectations and reducing ambiguity for both parties involved in this essential service provision.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesInvestigation and Security ServicesSecurity Systems Services (except Locksmiths)

Product/Service Code: QUALITY CONTROL, TEST, INSPECTIONEQUIPMENT AND MATERIALS TESTING

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 697DCK-25-R-00096

Offers Received: 6

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 120 N TECH DR STE 103, CLAYTON, NC, 27520

Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $124,372

Exercised Options: $59,722

Current Obligation: $59,722

Actual Outlays: $46,172

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2025-03-28

Current End Date: 2027-03-31

Potential End Date: 2030-03-31 00:00:00

Last Modified: 2026-04-07

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending