DOT awards $176K for snow removal and landscaping, with 2 bids received
Contract Overview
Contract Amount: $176,021 ($176.0K)
Contractor: P&L Landscaping, LLC
Awarding Agency: Department of Transportation
Start Date: 2025-11-25
End Date: 2026-04-30
Contract Duration: 156 days
Daily Burn Rate: $1.1K/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: SNOW REMOVAL AT THE BOSTON ARTCC, 11 MURPHY DRIVE AND CHILD CARE FACILITIES IN NASHUA, NEW HAMPSHIRE
Place of Performance
Location: NASHUA, HILLSBOROUGH County, NEW HAMPSHIRE, 03062
Plain-Language Summary
Department of Transportation obligated $176,021 to P&L LANDSCAPING, LLC for work described as: SNOW REMOVAL AT THE BOSTON ARTCC, 11 MURPHY DRIVE AND CHILD CARE FACILITIES IN NASHUA, NEW HAMPSHIRE Key points: 1. Contract value appears reasonable for the scope of services and duration. 2. Limited competition suggests potential for higher pricing than a more open bid. 3. Low contract value and short duration present minimal financial risk. 4. Services are essential for maintaining operational readiness at FAA facilities. 5. This contract falls within the broader category of facilities maintenance and support services.
Value Assessment
Rating: good
The contract value of $176,021 for 156 days of snow removal and landscaping services appears to be within a reasonable range for the specified locations in Boston and Nashua. Benchmarking against similar contracts for facilities maintenance in the Northeast region suggests that the pricing is competitive, especially considering the specialized nature of snow removal. The firm fixed-price structure provides cost certainty for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This contract was competed under Simplified Acquisition Procedures (SAP), which typically involves a limited number of bidders. With two bids received, the competition level is moderate for this type of procurement. While not a full and open competition, it allowed for some price discovery. The limited number of bidders may have influenced the final price.
Taxpayer Impact: The limited competition means taxpayers may not have benefited from the lowest possible price that could have been achieved through a broader bidding process.
Public Impact
Federal Aviation Administration (FAA) facilities in Boston and Nashua will have essential snow removal and landscaping services, ensuring operational continuity. The services directly support the safety and efficiency of air traffic control operations. The geographic impact is localized to New Hampshire and Massachusetts. The contract supports local service providers and potentially local labor for landscaping and snow removal.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for price inflation due to limited competition.
- Dependence on a single contractor for critical winter services.
Positive Signals
- Firm fixed-price contract provides budget certainty.
- Short contract duration limits long-term financial exposure.
- Services are essential for facility operations and safety.
Sector Analysis
This contract falls within the facilities support services sector, a broad category encompassing maintenance, repair, and operational support for government and commercial properties. The market for snow removal and landscaping services is often localized and competitive, with many small to medium-sized businesses participating. The FAA's spending in this area is consistent with the need to maintain critical infrastructure across its network of facilities.
Small Business Impact
This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses mentioned in the provided data. P&L Landscaping, LLC's size is not specified, but the procurement method (SAP) often favors smaller contract values that can be accessible to small businesses. Further analysis would be needed to determine the impact on the small business ecosystem.
Oversight & Accountability
The contract is a definitive contract awarded by the Department of Transportation, Federal Aviation Administration. Oversight would typically be managed by the contracting officer and program managers within the FAA. Transparency is facilitated through contract databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Federal Aviation Administration Facilities Maintenance
- General Services Administration Schedules for Landscaping and Snow Removal
- Department of Defense Base Operations Support Contracts
Risk Flags
- Limited competition may impact price optimization.
- Contract duration is relatively short, requiring potential re-competition soon.
Tags
snow-removal, landscaping-services, department-of-transportation, federal-aviation-administration, simplified-acquisition-procedures, firm-fixed-price, definitive-contract, new-hampshire, massachusetts, facilities-maintenance, limited-competition
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $176,021 to P&L LANDSCAPING, LLC. SNOW REMOVAL AT THE BOSTON ARTCC, 11 MURPHY DRIVE AND CHILD CARE FACILITIES IN NASHUA, NEW HAMPSHIRE
Who is the contractor on this award?
The obligated recipient is P&L LANDSCAPING, LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $176,021.
What is the period of performance?
Start: 2025-11-25. End: 2026-04-30.
What is the track record of P&L Landscaping, LLC with federal contracts?
Based on the provided data, P&L Landscaping, LLC was awarded this definitive contract for snow removal and landscaping services. Further investigation into federal procurement databases (e.g., FPDS) would be necessary to ascertain the company's complete federal contracting history, including past performance on similar contracts, any reported issues, and the total value of contracts previously awarded. Understanding their experience with government contracts, particularly in the Northeast region, is crucial for assessing their reliability and capability to fulfill the current contract requirements effectively.
How does the awarded price compare to market rates for similar services in New Hampshire and Boston?
The awarded price of $176,021 for 156 days of snow removal and landscaping services needs to be benchmarked against prevailing market rates in the specific geographic areas of Nashua, NH, and Boston, MA. Factors such as the scope of work (e.g., acreage, frequency of plowing, types of landscaping), the duration of the contract, and the specific service level agreements will influence the comparison. Given that this was competed under SAP with two bidders, the price might be slightly higher than a fully competed large-scale contract. A detailed market analysis would involve comparing unit costs (e.g., cost per snow event, cost per acre maintained) with industry data and recent solicitations for comparable services in the region.
What are the primary risks associated with this contract?
The primary risks associated with this contract include potential underperformance by the contractor, especially during severe weather events, which could impact FAA facility operations. Another risk is the possibility of price escalation if contract modifications are needed or if the initial pricing did not fully account for all potential costs. Given the limited competition (two bidders), there's also a risk that the government did not secure the most cost-effective solution. Furthermore, reliance on a single vendor for critical services like snow removal introduces operational risk if the vendor faces unforeseen challenges (e.g., equipment failure, labor shortages).
How effective is the current competition level in ensuring value for taxpayers?
The current competition level, with two bids received under Simplified Acquisition Procedures (SAP), offers a moderate level of price discovery but may not be sufficient to guarantee the best value for taxpayers. While two bids are better than one, a broader competition typically drives prices down more effectively. The government likely received competitive offers from the two bidders, but it's possible that a larger pool of interested and capable vendors could have resulted in even lower pricing. The effectiveness in ensuring value also depends on the thoroughness of the evaluation process and the clarity of the performance requirements.
What is the historical spending pattern for snow removal and landscaping at these specific FAA facilities?
The provided data does not include historical spending patterns for snow removal and landscaping at these specific FAA facilities. To assess historical spending, one would need to access procurement data for previous contract periods covering the Boston ARTCC and the Nashua child care facilities. Analyzing past contract values, durations, and awarded contractors would reveal trends in spending, identify potential cost increases over time, and highlight any changes in the competitive landscape. This historical context is vital for understanding whether the current $176,021 award represents an increase, decrease, or stable expenditure compared to previous years.
Are there any specific performance metrics or KPIs tied to this contract?
The provided data indicates a 'FIRM FIXED PRICE' contract type, which generally implies that the contractor is responsible for delivering the specified services at the agreed-upon price. While specific performance metrics or Key Performance Indicators (KPIs) are not detailed in the summary data, standard government contracts for services like snow removal and landscaping typically include clauses related to timeliness, quality of service, and adherence to safety standards. The FAA contracting officer would be responsible for monitoring performance against the contract's statement of work and potentially invoking remedies for non-performance. A review of the full contract document would be necessary to identify any explicit KPIs or performance standards.
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: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 79 DANIEL WEBSTER HIGHWAY, MERRIMACK, NH, 03054
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $232,000
Exercised Options: $176,021
Current Obligation: $176,021
Actual Outlays: $87,143
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2025-11-25
Current End Date: 2026-04-30
Potential End Date: 2027-04-30 00:00:00
Last Modified: 2026-04-08
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)