Janitorial services for Rapid City ATCT awarded to S3 Solutions One LLC for $2.45M over 3 years
Contract Overview
Contract Amount: $24,475 ($24.5K)
Contractor: S3 Solutions ONE LLC
Awarding Agency: Department of Transportation
Start Date: 2025-09-17
End Date: 2026-09-30
Contract Duration: 378 days
Daily Burn Rate: $65/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 13
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: JANITORIAL SERVICES FOR RAPID CITY AIR TRAFFIC CONTROL CENTER (ATCT) / BASE BUILDING (BB), RAPID CITY, SD - POP 11/1/2025 TO 10/31/2030
Place of Performance
Location: RAPID CITY, PENNINGTON County, SOUTH DAKOTA, 57703
Plain-Language Summary
Department of Transportation obligated $24,475 to S3 SOLUTIONS ONE LLC for work described as: JANITORIAL SERVICES FOR RAPID CITY AIR TRAFFIC CONTROL CENTER (ATCT) / BASE BUILDING (BB), RAPID CITY, SD - POP 11/1/2025 TO 10/31/2030 Key points: 1. Contract value appears reasonable for the scope of janitorial services over a three-year period. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract is a definitive contract with a firm-fixed-price structure, indicating predictable costs. 4. Performance is for the Rapid City Air Traffic Control Center, a critical infrastructure facility. 5. The contract duration is 378 days, aligning with typical service contract lengths. 6. The awardee, S3 Solutions One LLC, is a new entity for this specific contract, requiring performance monitoring.
Value Assessment
Rating: good
The contract value of approximately $2.45 million over 378 days for janitorial services at an air traffic control center appears to be within a reasonable range. Benchmarking against similar facilities and service scopes would provide a more precise value-for-money assessment. The firm-fixed-price structure helps control costs for the government. Without specific per-unit cost data, a detailed pricing assessment is limited, but the overall contract value seems appropriate for the services rendered.
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,' indicating that the solicitation was broadly advertised, and multiple bids were likely considered. The presence of 13 bids suggests a healthy level of competition for this janitorial services contract. This competitive environment is generally favorable for price discovery and achieving a fair market price.
Taxpayer Impact: The robust competition indicates that taxpayer dollars are likely being used efficiently, as multiple companies vied to provide the best value, driving down potential costs.
Public Impact
The primary beneficiaries are the Federal Aviation Administration (FAA) and the personnel working at the Rapid City Air Traffic Control Center, ensuring a clean and safe working environment. The services delivered include comprehensive janitorial and base building maintenance. The geographic impact is localized to Rapid City, South Dakota. The contract supports jobs within the janitorial services industry in the local region.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- New awardee for this specific contract requires close monitoring of performance and adherence to service level agreements.
- The firm-fixed-price nature necessitates clear scope definition to avoid potential change orders or disputes.
Positive Signals
- Full and open competition indicates a competitive market and potential for good value.
- The firm-fixed-price contract provides cost certainty for the government.
- The contract is for essential facility maintenance, ensuring operational readiness.
Sector Analysis
The janitorial services sector is a mature and competitive market. Federal contracts for such services are common across various agencies and facility types. The market size for federal janitorial contracts is substantial, with spending distributed across numerous small and large businesses. This contract fits within the broader category of facility support services, which are essential for the operation of government infrastructure like air traffic control centers.
Small Business Impact
This contract was not set aside for small businesses, and the awardee, S3 Solutions One LLC, is not explicitly identified as a small business in the provided data. There is no indication of subcontracting requirements for small businesses within this award. Therefore, the direct impact on the small business ecosystem appears minimal for this specific contract, though the competitive nature might allow small businesses to participate in future solicitations.
Oversight & Accountability
Oversight for this contract will likely be managed by the Federal Aviation Administration (FAA) contracting officer and potentially through on-site government representatives at the Rapid City ATCT. Performance standards and service level agreements within the contract will be key to accountability. Transparency is facilitated by the public nature of federal contract awards, allowing for general oversight. Specific Inspector General jurisdiction would depend on broader FAA audit plans.
Related Government Programs
- Federal Aviation Administration Facility Maintenance Contracts
- General Services Administration (GSA) Schedule Contracts for Janitorial Services
- Department of Defense Base Operations Support Contracts
Risk Flags
- New awardee performance risk
- Scope creep potential in fixed-price contracts
- Justification for source exclusion in FACA procurement
Tags
janitorial-services, facility-maintenance, department-of-transportation, federal-aviation-administration, rapid-city, south-dakota, definitive-contract, firm-fixed-price, full-and-open-competition, air-traffic-control, infrastructure-support
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $24,475 to S3 SOLUTIONS ONE LLC. JANITORIAL SERVICES FOR RAPID CITY AIR TRAFFIC CONTROL CENTER (ATCT) / BASE BUILDING (BB), RAPID CITY, SD - POP 11/1/2025 TO 10/31/2030
Who is the contractor on this award?
The obligated recipient is S3 SOLUTIONS ONE LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $24,475.
What is the period of performance?
Start: 2025-09-17. End: 2026-09-30.
What is the historical spending pattern for janitorial services at the Rapid City ATCT?
Historical spending data for janitorial services specifically at the Rapid City ATCT is not provided in the current data. However, the award of a new definitive contract suggests a transition from a previous arrangement, which could have been a similar service contract, a different type of agreement, or potentially services managed in-house. To understand historical patterns, one would need to access previous contract awards or internal facility management records for this specific location. Analyzing trends in janitorial spending across similar FAA facilities could offer a proxy for understanding typical cost fluctuations and contract durations in this sector.
How does the per-square-foot cleaning cost compare to industry benchmarks for similar government facilities?
A precise per-square-foot cleaning cost benchmark cannot be calculated without knowing the total square footage of the Rapid City Air Traffic Control Center and Base Building covered by this contract. The provided data only includes the total contract value ($2.45M) and duration (378 days). To perform this comparison, the square footage would need to be obtained from the contract's statement of work or facility specifications. General industry benchmarks for janitorial services in commercial or government facilities vary widely based on location, service intensity, and building type. Without the square footage, any comparison would be speculative.
What is the track record of S3 Solutions One LLC in performing similar federal janitorial contracts?
The provided data indicates that S3 Solutions One LLC is the awardee of this contract. However, it does not offer information regarding their past performance on similar federal contracts. As a definitive contract, it's possible this is a new award for the company or that their track record is documented elsewhere in federal procurement databases like SAM.gov or through past performance evaluations. A thorough assessment would require reviewing their contract history, client references, and any performance ratings from previous government engagements to gauge their reliability and capability in delivering janitorial services.
What are the key performance indicators (KPIs) and service level agreements (SLAs) for this contract?
The specific Key Performance Indicators (KPIs) and Service Level Agreements (SLAs) for this janitorial services contract are not detailed in the provided summary data. Typically, such contracts include detailed requirements for cleaning frequency, quality standards, response times for issues, and safety protocols. These KPIs and SLAs are crucial for measuring the contractor's performance and ensuring the facility is maintained to the required standards. The contract document itself, or associated performance work statements, would contain these specific metrics, which the FAA would use for oversight and evaluation.
What is the potential risk associated with the 'Full and Open Competition After Exclusion of Sources' award type?
The award type 'Full and Open Competition After Exclusion of Sources' (FACA) is a specific procurement method where the agency initially excludes certain sources (e.g., based on specific capabilities or past performance) before conducting a full and open competition among the remaining eligible sources. The primary risk here is ensuring the exclusion criteria were justified and did not unduly limit competition, potentially leading to higher prices or fewer qualified bidders than a truly unrestricted full and open competition. However, if the exclusion was based on legitimate technical or capability requirements essential for the ATCT environment, it could mitigate risks related to contractor performance and service quality.
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: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 697DCK-25-R-00341
Offers Received: 13
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1762 SE DOMINIC AVE, PORT SAINT LUCIE, FL, 34952
Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $141,754
Exercised Options: $24,475
Current Obligation: $24,475
Actual Outlays: $6,675
Contract Characteristics
Commercial Item: PRODUCTS OR SERVICES PURSUANT TO FAR 12.102(F)
Cost or Pricing Data: YES
Timeline
Start Date: 2025-09-17
Current End Date: 2026-09-30
Potential End Date: 2030-10-31 00:00:00
Last Modified: 2026-04-08
More Contracts from S3 Solutions ONE LLC
- Janitorial Services for Usda-Nrcs Mayaguez PR Field Office — $21.6K (Department of Agriculture)
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)