DHS Awards $810K for Temporary Office Space in Indianapolis to Blue Construction Services LLC
Contract Overview
Contract Amount: $81,077 ($81.1K)
Contractor: Blue Construction Services LLC
Awarding Agency: Department of Homeland Security
Start Date: 2025-09-30
End Date: 2026-04-30
Contract Duration: 212 days
Daily Burn Rate: $382/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: TEMPORARY OFFICE SPACE IN INDIANAPOLIS, IN
Place of Performance
Location: DANVILLE, DANVILLE CITY County, VIRGINIA, 24541
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $81,077.43 to BLUE CONSTRUCTION SERVICES LLC for work described as: TEMPORARY OFFICE SPACE IN INDIANAPOLIS, IN Key points: 1. Spending focuses on essential office space for CBP operations. 2. Limited competition raises questions about price discovery and value. 3. Potential risk associated with reliance on a single vendor. 4. Sector is commercial real estate leasing, a common government need.
Value Assessment
Rating: fair
The contract value of $810,774.43 for 212 days of temporary office space appears high given the lack of detailed pricing information. Benchmarking against similar commercial lease agreements in Indianapolis would be necessary for a definitive assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was not available for competition, indicating a limited source selection. This method may not yield the best price for taxpayers as competitive pressures are absent.
Taxpayer Impact: Taxpayer funds are being used for office space without competitive bidding, potentially leading to a higher cost than if multiple vendors had competed.
Public Impact
Ensures operational continuity for U.S. Customs and Border Protection in Indianapolis. Supports federal agency presence and functions within a specific geographic area. Provides necessary infrastructure for government employees and activities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Potential for overpayment due to limited bidding
- Short-term nature of the lease may indicate urgent need or planning gap
Positive Signals
- Provides necessary office space for critical agency functions
- Supports federal presence in Indianapolis
Sector Analysis
This contract falls within the commercial real estate sector, specifically nonresidential building leasing. Government spending in this area is common for agency operations, but competitive sourcing is crucial for cost efficiency.
Small Business Impact
Information regarding small business participation is not available for this contract, suggesting it may not have been specifically set aside or awarded to a small business.
Oversight & Accountability
The award is a purchase order, which is a standard procurement instrument. Oversight would involve ensuring the space meets requirements and the vendor fulfills contractual obligations.
Related Government Programs
- Lessors of Nonresidential Buildings (except Miniwarehouses)
- Department of Homeland Security Contracting
- U.S. Customs and Border Protection Programs
Risk Flags
- Lack of competitive bidding
- Potential for inflated costs
- Limited transparency on pricing justification
- Absence of small business consideration noted
Tags
lessors-of-nonresidential-buildings-exce, department-of-homeland-security, va, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $81,077.43 to BLUE CONSTRUCTION SERVICES LLC. TEMPORARY OFFICE SPACE IN INDIANAPOLIS, IN
Who is the contractor on this award?
The obligated recipient is BLUE CONSTRUCTION SERVICES LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).
What is the total obligated amount?
The obligated amount is $81,077.43.
What is the period of performance?
Start: 2025-09-30. End: 2026-04-30.
What is the justification for not competing this contract, and what steps were taken to ensure fair pricing?
The data states the contract was 'NOT AVAILABLE FOR COMPETITION,' implying a sole-source or limited-source justification. Without further details, it's unclear what specific circumstances necessitated this approach. Agencies typically require documented justifications for non-competitive awards to ensure they are in the government's best interest and that pricing is fair and reasonable, often through market research or historical data.
How does the cost per square foot or per employee compare to market rates for similar temporary office spaces in Indianapolis?
The provided data lacks specifics on square footage or the number of employees the space will accommodate, making a direct cost-per-unit comparison impossible. To assess value, one would need to obtain these details and benchmark them against prevailing commercial lease rates in the Indianapolis area for comparable temporary office facilities.
What are the long-term implications of relying on temporary office space, and could this indicate a need for more permanent solutions?
The 212-day duration suggests a short-term need, possibly due to unforeseen circumstances, facility issues, or transitional phases. While necessary for immediate operational needs, prolonged reliance on temporary space can be less cost-effective and less conducive to building a stable work environment compared to permanent facilities.
Industry Classification
NAICS: Real Estate and Rental and Leasing › Lessors of Real Estate › Lessors of Nonresidential Buildings (except Miniwarehouses)
Product/Service Code: LEASE/RENT FACILITIES › LEASE/RENTAL OF BUILDINGS
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 633 YORK LN SE, LEESBURG, VA, 20175
Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, DoT Certified Disadvantaged Business Enterprise, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Sole Proprietorship, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $81,077
Exercised Options: $81,077
Current Obligation: $81,077
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-09-30
Current End Date: 2026-04-30
Potential End Date: 2026-04-30 11:00:47
Last Modified: 2026-04-07
More Contracts from Blue Construction Services LLC
- THE Contractor Will Provide Building and Facility Maintenance, Landscaping, Janitorial and Kennel Custodians for ALL Buildings and Grounds Within BPK9 Compound — $6.3M (Department of Homeland Security)
- Facilities Management Support Services — $2.4M (Department of Justice)
- Jbmhh Fire Systems Inspection, Testing and Maintenance — $2.3M (Department of Defense)
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)