DHS awards $8.77M RAG/RUG cleaning contract to Prudential Overall Supply under SAP

Contract Overview

Contract Amount: $8,768 ($8.8K)

Contractor: Prudential Overall Supply

Awarding Agency: Department of Homeland Security

Start Date: 2026-04-01

End Date: 2027-03-31

Contract Duration: 364 days

Daily Burn Rate: $24/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: RAG/RUG CLEANING CONTRACT FOR ASSF.

Place of Performance

Location: SAN FRANCISCO, SAN MATEO County, CALIFORNIA, 94128

State: California Government Spending

Plain-Language Summary

Department of Homeland Security obligated $8,767.72 to PRUDENTIAL OVERALL SUPPLY for work described as: RAG/RUG CLEANING CONTRACT FOR ASSF. Key points: 1. Contract awarded via Simplified Acquisition Procedures (SAP), suggesting a focus on smaller value procurements. 2. The firm-fixed-price contract type indicates that the contractor bears the risk of cost overruns. 3. Awarded to a single vendor, Prudential Overall Supply, for a 364-day duration. 4. The North American Industry Classification System (NAICS) code 812320 points to drycleaning and laundry services. 5. The contract is not set aside for small businesses, nor does it appear to have specific subcontracting requirements mentioned. 6. The contract is managed by the U.S. Coast Guard within the Department of Homeland Security. 7. The contract is for RAG/RUG cleaning services, a niche but essential support function.

Value Assessment

Rating: fair

Benchmarking the value of this contract is challenging without more specific details on the scope of services and the quantity of items to be cleaned. However, the award was made under Simplified Acquisition Procedures, which typically involve smaller dollar amounts and may not always achieve the same level of price competition as larger, full-and-open procurements. The firm-fixed-price structure is generally favorable for the government, as it caps the contractor's potential earnings and shifts cost risk. Further analysis would require comparing the per-unit cost of cleaning specific items against industry standards or similar government contracts.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was competed under Simplified Acquisition Procedures (SAP), which allows for less formal competition than full-and-open solicitations. While the data indicates there were 3 offers received, the specific nature of the competition under SAP is not detailed. SAP is generally used for acquisitions below the micro-purchase threshold and up to the simplified acquisition threshold, often involving fewer bidders and potentially less aggressive pricing compared to larger procurements. The limited competition under SAP might mean that the government did not explore the full range of potential vendors.

Taxpayer Impact: The limited competition under SAP means taxpayers may not have benefited from the most aggressive pricing achievable through a broader, more formal bidding process. While three offers were received, the overall market may not have been fully tapped, potentially leading to a higher overall cost than if more vendors had been involved.

Public Impact

The U.S. Coast Guard benefits from essential cleaning services for its facilities and potentially equipment, ensuring operational readiness and a safe working environment. This contract supports the maintenance of cleanliness standards within Department of Homeland Security facilities, contributing to overall operational effectiveness. The services are geographically focused within California, where the contract is managed. The contract supports the laundry and drycleaning services sector, providing revenue for the awarded contractor.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for higher costs due to limited competition under SAP.
  • Lack of transparency regarding the specific scope of services and cleaning metrics.
  • The contract duration of 364 days, while standard, might limit long-term planning for service providers.
  • No explicit mention of small business subcontracting could mean missed opportunities for smaller enterprises.

Positive Signals

  • Firm-fixed-price contract shifts cost risk to the contractor.
  • Multiple offers (3) were received, indicating some level of vendor interest.
  • The contract addresses a necessary operational support function for the U.S. Coast Guard.
  • The award is made to a single, established vendor, potentially ensuring continuity of service.

Sector Analysis

The laundry and drycleaning services sector is a mature industry providing essential support to various organizations, including government agencies. This contract falls under the broader services category, specifically focusing on specialized cleaning for facilities or equipment, likely related to uniforms, rugs, or other fabric items within Coast Guard installations. The total government spending in this sector can vary, but contracts like this represent a consistent need for operational support. Benchmarking would involve comparing the pricing structure and service levels to other government contracts for similar cleaning services or to commercial rates in the region.

Small Business Impact

This contract was not set aside for small businesses, and there is no explicit indication of small business subcontracting requirements. This means that the primary award went to a larger entity, and opportunities for small businesses to participate in this specific contract as subcontractors are not guaranteed or mandated by the contract terms. The impact on the small business ecosystem is neutral to negative, as it does not actively promote small business participation through set-asides or subcontracting goals.

Oversight & Accountability

Oversight for this contract would typically fall under the U.S. Coast Guard contracting office within the Department of Homeland Security. As a purchase order awarded under SAP, the oversight mechanisms might be less formalized than for larger, more complex contracts. Accountability is primarily driven by the firm-fixed-price terms, requiring the contractor to deliver services as specified. Transparency is limited by the nature of SAP procurements, which are not always publicly detailed. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

  • General Services Administration (GSA) Schedule contracts for cleaning and maintenance services
  • Department of Defense contracts for facility support services
  • Other agency-specific contracts for laundry and drycleaning services

Risk Flags

  • Simplified Acquisition Procedures may limit competition and potentially increase costs.
  • Lack of detailed scope of work makes value assessment difficult.
  • No explicit small business subcontracting requirements.

Tags

cleaning-services, laundry-services, department-of-homeland-security, u.s.-coast-guard, purchase-order, competed-under-sap, firm-fixed-price, california, simplified-acquisition-procedures, services, facility-support

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $8,767.72 to PRUDENTIAL OVERALL SUPPLY. RAG/RUG CLEANING CONTRACT FOR ASSF.

Who is the contractor on this award?

The obligated recipient is PRUDENTIAL OVERALL SUPPLY.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Coast Guard).

What is the total obligated amount?

The obligated amount is $8,767.72.

What is the period of performance?

Start: 2026-04-01. End: 2027-03-31.

What is the specific scope of 'RAG/RUG CLEANING' services required under this contract?

The provided data indicates the contract is for 'RAG/RUG CLEANING CONTRACT FOR ASSF.' and falls under NAICS code 812320 (Drycleaning and Laundry Services, except Coin-Operated). While 'ASSF' is not explicitly defined, it likely refers to a specific facility or asset within the U.S. Coast Guard. The 'RAG/RUG' designation suggests services related to cleaning carpets, mats, or potentially other fabric-based assets. However, without the full contract statement of work (SOW), the precise quantity, frequency, types of items to be cleaned, and specific cleaning standards (e.g., stain removal, sanitization) are not detailed. This lack of specificity makes it difficult to fully assess the value and performance expectations.

How does the awarded price of $8.77 million compare to similar contracts for laundry and drycleaning services?

Directly comparing the $8.77 million total contract value to similar laundry and drycleaning services is challenging without knowing the contract's duration and the specific services rendered. This contract has a duration of 364 days, making its annual value approximately $8.77 million. This figure seems high for typical laundry services unless it encompasses a very large volume of items or highly specialized cleaning for extensive facilities. Government contracts for laundry services can range significantly, from smaller local contracts for individual facilities to larger, multi-year agreements for entire regions or branches. To provide a meaningful comparison, one would need to analyze contracts with similar scope, volume, and service level agreements, ideally within the same geographic region or for comparable government entities.

What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract?

The provided data does not specify the Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. Typically, for cleaning and laundry services, KPIs might include turnaround time for items, quality of cleaning (e.g., absence of stains, damage), adherence to hygiene standards, and responsiveness to requests. SLAs would define the expected performance levels for these KPIs, often with associated remedies or penalties for non-compliance. Without these details, it is difficult to assess how the performance of Prudential Overall Supply will be measured and managed throughout the contract period. The U.S. Coast Guard would be responsible for monitoring these aspects to ensure satisfactory service delivery.

What is Prudential Overall Supply's track record with government contracts, particularly within DHS or the Coast Guard?

Information on Prudential Overall Supply's specific track record with government contracts, especially within the Department of Homeland Security (DHS) or the U.S. Coast Guard, is not provided in the summary data. To assess their performance history, one would typically look at past contract awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any history of disputes or contract terminations. A company's experience with similar government procurements, its ability to meet delivery schedules, and its quality of service are crucial factors in evaluating its suitability. Further research into federal procurement databases and performance records would be necessary to gauge their reliability and past performance.

What is the historical spending pattern for RAG/RUG cleaning services by the U.S. Coast Guard or DHS?

The provided data does not include historical spending patterns for RAG/RUG cleaning services by the U.S. Coast Guard or DHS. To establish a historical context, one would need to analyze past contract awards for similar services over several fiscal years. This analysis would reveal trends in spending, identify the typical contract values, durations, and the number of vendors utilized. Understanding historical spending can help determine if the current $8.77 million award represents an increase, decrease, or stable level of investment in these services. It also helps in identifying potential cost savings opportunities or areas where spending may have been inefficient in the past.

Industry Classification

NAICS: Other Services (except Public Administration)Drycleaning and Laundry ServicesDrycleaning and Laundry Services (except Coin-Operated)

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1661 ALTON PKWY, IRVINE, CA, 92606

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $8,768

Exercised Options: $8,768

Current Obligation: $8,768

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2026-04-01

Current End Date: 2027-03-31

Potential End Date: 2027-03-31 00:00:00

Last Modified: 2026-04-01

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending