DHS awards $106.5M facilities support contract to Service Disabled Veterans Business Association, Inc
Contract Overview
Contract Amount: $106,541 ($106.5K)
Contractor: Service Disabled Veterans Business Association, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2026-04-01
End Date: 2027-01-31
Contract Duration: 305 days
Daily Burn Rate: $349/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: BASE OPERATING SUPPORT SERVICES (BOSS) AT AIR STATION BARBERS POINT, HI
Place of Performance
Location: KAPOLEI, HONOLULU County, HAWAII, 96707
State: Hawaii Government Spending
Plain-Language Summary
Department of Homeland Security obligated $106,540.85 to SERVICE DISABLED VETERANS BUSINESS ASSOCIATION, INC. for work described as: BASE OPERATING SUPPORT SERVICES (BOSS) AT AIR STATION BARBERS POINT, HI Key points: 1. Contract awarded to a Service Disabled Veteran Owned Small Business (SDVOSB). 2. The contract is for Base Operating Support Services (BOSS) at Air Station Barbers Point, HI. 3. Duration of the contract is 305 days. 4. The contract type is Firm Fixed Price. 5. This award was not competitively procured. 6. The primary NAICS code is 561210 (Facilities Support Services).
Value Assessment
Rating: fair
The contract value of $106.5 million for a 305-day period appears high for facilities support services. Benchmarking against similar contracts for base operating support services at other military or federal installations is necessary to determine if this pricing is competitive. Without more detailed cost breakdowns or comparisons to market rates for similar services in Hawaii, it is difficult to definitively assess value for money. The firm fixed-price structure shifts risk to the contractor, which can be beneficial if managed effectively.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not open to competition from other potential bidders. While sole-source awards can be justified under specific circumstances, such as for specialized services or when only one responsible source is available, the lack of competition raises questions about potential price discovery and whether the government secured the best possible price. Further justification for the sole-source award would be needed to understand the rationale.
Taxpayer Impact: The absence of competition means taxpayers may not have benefited from the cost savings that typically arise from a competitive bidding process. This could potentially lead to a higher overall cost for the services provided.
Public Impact
The U.S. Coast Guard at Air Station Barbers Point, Hawaii, will benefit from essential base operating support services. Services include facility maintenance, operations, and potentially other support functions critical to the base's mission. The contract directly supports federal operations in Hawaii. The contract is awarded to a Service Disabled Veteran Owned Small Business, supporting veteran employment and economic opportunities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to higher costs for taxpayers.
- Sole-source award requires strong justification to ensure fair pricing.
- Contract duration is relatively short (305 days), potentially leading to frequent re-procurement costs.
Positive Signals
- Award to a Service Disabled Veteran Owned Small Business (SDVOSB) aligns with federal goals to support veteran entrepreneurs.
- Firm Fixed Price contract shifts performance risk to the contractor.
- Contract ensures continued operational support for a critical federal facility.
Sector Analysis
Facilities Support Services, categorized under NAICS code 561210, encompass a broad range of services essential for the operation and maintenance of buildings and grounds. This sector includes services like general building maintenance, janitorial services, landscaping, and pest control. The federal government is a significant consumer of these services, particularly for its numerous installations and facilities. The market for facilities support is diverse, with many small and large businesses competing for contracts. This specific contract for base operating support at a Coast Guard air station is a substantial award within this sector, highlighting the government's reliance on specialized contractors to maintain its infrastructure.
Small Business Impact
The contract is awarded to Service Disabled Veterans Business Association, Inc., which is a Service Disabled Veteran Owned Small Business (SDVOSB). This award directly supports the federal government's mandate to award a portion of its contracts to small businesses, particularly those owned by service-disabled veterans. While this is a positive signal for the prime contractor, it is important to assess if there are subcontracting opportunities for other small businesses, including those in Hawaii, to further distribute the economic benefits and foster the small business ecosystem.
Oversight & Accountability
Oversight for this contract will primarily reside with the U.S. Coast Guard, a component of the Department of Homeland Security. The firm fixed-price nature of the contract means that the contractor is responsible for delivering the specified services within the agreed-upon price. Accountability will be measured against the performance work statement and delivery schedules. Transparency regarding the justification for the sole-source award and the contractor's performance metrics would enhance oversight. The Department of Homeland Security's Office of Inspector General may also conduct audits or investigations as deemed necessary.
Related Government Programs
- Base Operating Support Services (BOSS)
- Facilities Maintenance Contracts
- Department of Homeland Security Contracts
- U.S. Coast Guard Contracts
- Service Disabled Veteran Owned Small Business (SDVOSB) Set-Asides
Risk Flags
- Sole-source award lacks competitive pricing.
- High contract value requires thorough justification and oversight.
- Contract duration is less than one year, potentially leading to frequent re-procurement.
Tags
facilities-support, base-operations, department-of-homeland-security, u-s-coast-guard, sole-source, service-disabled-veteran-owned-small-business, firm-fixed-price, delivery-order, hawaii, naics-561210
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $106,540.85 to SERVICE DISABLED VETERANS BUSINESS ASSOCIATION, INC.. BASE OPERATING SUPPORT SERVICES (BOSS) AT AIR STATION BARBERS POINT, HI
Who is the contractor on this award?
The obligated recipient is SERVICE DISABLED VETERANS BUSINESS ASSOCIATION, INC..
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 $106,540.85.
What is the period of performance?
Start: 2026-04-01. End: 2027-01-31.
What is the historical spending pattern for Base Operating Support Services at Air Station Barbers Point, HI?
Historical spending data for Base Operating Support Services (BOSS) at Air Station Barbers Point, HI, prior to this $106.5 million award, is not readily available in the provided data. However, understanding previous contract values, durations, and incumbent contractors would provide crucial context for evaluating the current award. If previous contracts were competitively bid and at significantly lower values, it would raise questions about the current sole-source award's pricing and justification. Conversely, if previous contracts were also sole-source or faced similar cost structures, it might suggest a consistent need or market condition. Further investigation into historical procurement actions for BOSS at this specific location is recommended to establish a baseline for comparison and assess potential cost increases or efficiencies over time.
How does the per-unit cost of these facilities support services compare to similar contracts at other federal installations?
A direct per-unit cost comparison for these facilities support services is challenging without a detailed breakdown of the services included in the $106.5 million contract and the specific metrics used for unit costing (e.g., cost per square foot, cost per service type). However, given the contract value and duration (305 days), the implied annual cost is substantial. Benchmarking against similar Base Operating Support Services (BOSS) contracts at other Coast Guard or military installations of comparable size and scope in similar geographic regions (like the Pacific) would be necessary. If comparable contracts are significantly lower in price, even on a per-unit basis, it would indicate that this award may be overpriced, especially considering it was not competitively procured. The lack of competition makes it harder to ascertain if market-driven pricing was achieved.
What specific justification was provided for awarding this contract on a sole-source basis?
The provided data indicates the contract was 'NOT AVAILABLE FOR COMPETITION,' which typically signifies a sole-source award. The specific justification for this sole-source determination is not detailed in the data. Generally, sole-source awards are made when only one responsible source is capable of providing the required services, or under other specific circumstances outlined in federal acquisition regulations (e.g., urgent and compelling needs, or specific small business set-aside authorities that limit competition). For a contract of this magnitude ($106.5 million), a robust justification would typically be required, often involving market research to confirm the lack of other capable sources or a documented rationale for restricting competition. Without this justification, it is difficult to assess the appropriateness of the sole-source award and its potential impact on cost-effectiveness for the government.
What is the track record of Service Disabled Veterans Business Association, Inc. in performing similar federal contracts?
Information regarding the specific track record of Service Disabled Veterans Business Association, Inc. in performing similar federal contracts is not provided in the data summary. To assess their capability and past performance, a review of their contract history, including past performance evaluations (e.g., from the Contractor Performance Assessment Reporting System - CPARS), would be essential. This would reveal their reliability, quality of work, and adherence to schedules and budgets on previous government contracts. Given this is a sole-source award, the government likely relied on existing knowledge or pre-award assessments of the contractor's capabilities. However, for a comprehensive analysis, examining their performance on prior, potentially smaller or different types of contracts, would be prudent to gauge their capacity for a contract of this scale and importance.
What are the potential risks associated with a sole-source award for essential base operating support services?
The primary risk associated with a sole-source award for essential base operating support services is the potential for inflated pricing due to the lack of competition. Without competing bids, the contractor may have less incentive to offer the most cost-effective solution, potentially leading to higher costs for taxpayers. Another risk is reduced innovation, as there is no competitive pressure to introduce more efficient methods or technologies. Furthermore, if the sole-source contractor underperforms or faces financial difficulties, the government may have limited options for recourse or replacement, potentially disrupting critical base operations. Ensuring robust contract oversight and performance management becomes even more critical in sole-source situations to mitigate these risks.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2212 LEESBOROUGH DR, SILVER SPRING, MD, 20902
Business Categories: AbilityOne Program Participant, Category Business, Corporate Entity Not Tax Exempt, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $1,065,408
Exercised Options: $1,065,408
Current Obligation: $106,541
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70Z08426DASBP0001
IDV Type: IDC
Timeline
Start Date: 2026-04-01
Current End Date: 2027-01-31
Potential End Date: 2027-01-31 00:00:00
Last Modified: 2026-04-03
More Contracts from Service Disabled Veterans Business Association, Inc.
- O&M Task Order for Emergency Plumbing Repairs for Bathrooms AT the VA HQ — $350.0K (General Services Administration)
- Emergency Mold Spore Remediation and Repair Project for the VA HQ Building — $185.0K (General Services Administration)
View all Service Disabled Veterans Business Association, Inc. federal contracts →
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)