NASA's $35M JFK Space Center custodial contract awarded to Brevard Achievement Center, Inc
Contract Overview
Contract Amount: $34,948,105 ($34.9M)
Contractor: Brevard Achievement Center, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2018-10-01
End Date: 2023-09-30
Contract Duration: 1,825 days
Daily Burn Rate: $19.1K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: JOHN F. KENNEDY SPACE CENTER CUSTODIAL SERVICES CONTRACT
Place of Performance
Location: ORLANDO, BREVARD County, FLORIDA, 32899
State: Florida Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $34.9 million to BREVARD ACHIEVEMENT CENTER, INC. for work described as: JOHN F. KENNEDY SPACE CENTER CUSTODIAL SERVICES CONTRACT Key points: 1. Contract value represents a significant investment in facility maintenance at a critical NASA site. 2. The award to a single entity suggests a specialized or unique service requirement, or potentially limited market engagement. 3. The firm-fixed-price structure aims to provide cost certainty for the government. 4. Contract duration of five years allows for stable service provision and potential for performance optimization. 5. The absence of a small business set-aside warrants further investigation into market availability and opportunities. 6. Geographic concentration in Florida aligns with the physical location of the John F. Kennedy Space Center.
Value Assessment
Rating: fair
Benchmarking the value of this custodial services contract is challenging without specific service details and performance metrics. However, a five-year contract valued at approximately $35 million for a major federal facility like the Kennedy Space Center suggests a substantial operational scope. Comparing this to similar large-scale custodial contracts across federal agencies would be necessary to determine if the pricing is competitive. The firm-fixed-price nature provides budget predictability, but the ultimate value for money depends heavily on the quality and efficiency of the services delivered.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded under a 'NOT AVAILABLE FOR COMPETITION' status, indicating a sole-source procurement. This means that only one contractor, Brevard Achievement Center, Inc., was solicited and awarded the contract. The reasons for this sole-source determination are not provided but could stem from specific capabilities, existing relationships, or unique circumstances that limited the pool of potential offerors. The lack of open competition means that price discovery through market forces was bypassed.
Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers as the government does not benefit from competitive bidding to drive down prices. It also limits opportunities for other businesses to secure federal contracts.
Public Impact
The primary beneficiary is the National Aeronautics and Space Administration (NASA), ensuring a clean and functional environment at the John F. Kennedy Space Center. The contract delivers essential janitorial and custodial services, crucial for maintaining operational readiness and safety standards. The geographic impact is localized to the Kennedy Space Center in Florida, supporting its mission-critical operations. Workforce implications include employment opportunities for individuals employed by Brevard Achievement Center, Inc., potentially including individuals with disabilities given the organization's mission.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition raises concerns about potential overpricing and reduced incentive for efficiency.
- Limited transparency into the sole-source justification hinders assessment of procurement fairness.
- Absence of small business participation may indicate missed opportunities for economic inclusion.
Positive Signals
- Firm-fixed-price contract provides budget certainty for NASA.
- Long-term contract (5 years) allows for stable service delivery and relationship building.
- Award to Brevard Achievement Center, Inc. may align with specific agency social or economic objectives if they employ individuals with disabilities.
Sector Analysis
Custodial services represent a significant segment of the facilities management market within the broader government services sector. Federal agencies, particularly those with large physical footprints like NASA, rely heavily on these contracts to maintain infrastructure. While specific market size data for federal custodial services is not readily available, it is a substantial component of overall government spending on operational support. This contract fits within the general category of support services, essential for the functioning of any large organization.
Small Business Impact
This contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses. This suggests that the procurement was either not suitable for small business participation or that opportunities were not actively pursued. The absence of small business involvement means that the economic benefits typically associated with federal contracting for this sector are not being distributed to the small business ecosystem in this instance.
Oversight & Accountability
Oversight for this contract would primarily fall under the National Aeronautics and Space Administration (NASA) contracting officers and program managers. Accountability measures are inherent in the firm-fixed-price contract, requiring the contractor to deliver specified services to an acceptable standard. Transparency is limited due to the sole-source nature of the award, with details of the justification not publicly accessible. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- NASA Facilities Maintenance Contracts
- Federal Custodial Services
- Support Services Contracts
- Space Center Operations
Risk Flags
- Sole-source award lacks competitive justification.
- No small business participation identified.
- Performance standards and quality assurance details are not public.
- Environmental sustainability provisions not specified.
Tags
nasa, john-f-kennedy-space-center, custodial-services, janitorial-services, definitive-contract, firm-fixed-price, sole-source, florida, support-services, facilities-management, brevard-achievement-center-inc
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $34.9 million to BREVARD ACHIEVEMENT CENTER, INC.. JOHN F. KENNEDY SPACE CENTER CUSTODIAL SERVICES CONTRACT
Who is the contractor on this award?
The obligated recipient is BREVARD ACHIEVEMENT CENTER, INC..
Which agency awarded this contract?
Awarding agency: National Aeronautics and Space Administration (National Aeronautics and Space Administration).
What is the total obligated amount?
The obligated amount is $34.9 million.
What is the period of performance?
Start: 2018-10-01. End: 2023-09-30.
What specific services are included under the 'Janitorial Services' classification for this contract?
The 'Janitorial Services' classification (NAICS code 561720) typically encompasses a wide range of cleaning and maintenance activities for buildings and grounds. For a contract of this magnitude at the John F. Kennedy Space Center, this likely includes routine cleaning of offices, laboratories, common areas, and restrooms; floor care (sweeping, mopping, vacuuming, waxing); trash removal; window cleaning; and potentially specialized cleaning services required for sensitive areas within the space center. The exact scope would be detailed in the contract's Performance Work Statement (PWS), which outlines specific tasks, frequencies, quality standards, and performance metrics that Brevard Achievement Center, Inc. must meet.
What is the justification for awarding this contract on a sole-source basis?
The provided data indicates the contract was 'NOT AVAILABLE FOR COMPETITION,' signifying a sole-source award. The specific justification for this determination is not detailed in the provided data. Common reasons for sole-source awards include unique capabilities possessed by only one contractor, urgent and compelling needs where competition is impractical, or if the contract is a follow-on to a previous sole-source award where the original justification still holds. Without access to the official justification document (e.g., a Justification and Approval - J&A), it is impossible to ascertain the precise rationale. This lack of transparency is a key limitation in assessing the procurement's fairness and potential cost-effectiveness.
How does the contract value compare to similar custodial services contracts at other federal facilities?
Direct comparison of this $35 million, five-year contract for custodial services at the JFK Space Center to other federal facilities is difficult without detailed information on the size, scope, and specific service requirements of those other contracts. However, for a major operational hub like a NASA space center, this value appears substantial, reflecting the extensive facilities and potentially high standards required. Benchmarking would require analyzing contracts for similarly sized and complex federal installations (e.g., large military bases, other major research centers) and normalizing for factors like square footage, service frequency, labor costs in the local area, and specific service inclusions. The firm-fixed-price structure suggests an attempt to cap costs, but the underlying unit costs remain unverified without comparative data.
What are the performance standards and quality assurance measures for this contract?
While the data specifies a 'FIRM FIXED PRICE' contract type, it does not detail the performance standards or quality assurance (QA) measures. Typically, federal contracts include a Performance Work Statement (PWS) that outlines specific tasks, deliverables, and measurable performance standards. A Quality Assurance Surveillance Plan (QASP) is also usually developed by the government to monitor the contractor's performance against these standards. For custodial services, QA might involve regular inspections, customer satisfaction surveys, and tracking of reported deficiencies. Failure to meet performance standards could result in contract remedies, including financial penalties or termination, depending on the severity.
What is the track record of Brevard Achievement Center, Inc. with federal contracts, particularly with NASA?
Information regarding Brevard Achievement Center, Inc.'s specific track record with federal contracts, especially with NASA, is not provided in the data. A comprehensive assessment would require reviewing their past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), any history of contract disputes, and the types and values of previous contracts they have held. Brevard Achievement Center, Inc. is known for its mission to employ individuals with disabilities, which may influence its contracting profile and the types of contracts it pursues or is awarded. Understanding their history would provide insight into their reliability and capability in fulfilling large-scale service contracts.
Are there any provisions for environmental sustainability or green cleaning practices within the contract?
The provided data does not specify whether the contract includes provisions for environmental sustainability or green cleaning practices. Modern federal contracting increasingly emphasizes sustainability, often requiring the use of environmentally friendly cleaning products, energy-efficient equipment, and waste reduction strategies. NASA, as a leading scientific agency, may have specific environmental mandates. To determine this, one would need to review the contract's Performance Work Statement (PWS) and any associated clauses related to environmental compliance or sustainability goals. The absence of this information suggests it may not be a primary focus or is handled through general agency policy rather than explicit contract terms.
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: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1845 COGSWELL ST, ROCKLEDGE, FL, 32955
Business Categories: AbilityOne Program Participant, Category Business, Corporate Entity Tax Exempt, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $36,473,964
Exercised Options: $35,218,135
Current Obligation: $34,948,105
Actual Outlays: $28,649,996
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2018-10-01
Current End Date: 2023-09-30
Potential End Date: 2023-09-30 00:00:00
Last Modified: 2024-09-27
More Contracts from Brevard Achievement Center, Inc.
- KSC Custodial Services Contract — $33.5M (National Aeronautics and Space Administration)
- FT Bragg and Linden Oaks Custodial Services — $16.0M (Department of Defense)
- Janitorial Services Vista PO# 675C10086 — $10.9M (Department of Veterans Affairs)
View all Brevard Achievement Center, Inc. federal contracts →
Other National Aeronautics and Space Administration Contracts
- International Space Station — $22.4B (THE Boeing Company)
- TAS::80 0124::TAS Design, Development, Test&evaluation of Project Orion — $15.5B (Lockheed Martin Corp)
- Provide Developmental Hardware and Test Articles, and Manufacture and Assemble Ares I Upper Stages. the Upper Stage (US) Element IS an Integral Part of the Ares I Launch Vehicle and Provides the Second Stage of Flight. the US Element IS Responsible for the Roll Control During the First Stage Burn and Separation; and Will Provide the Guidance and Navigation, Command and Data Handling, and Other Avionics Functions for the Ares I During ALL Phases of the Ascent Flight. the US Element IS a NEW Design That Emphasizes Safety, Operability, and Minimum Life Cycle Cost. the Overall Design, Development, Test and Evaluation (ddt&e), Production, and Sustaining Engineering Efforts Include Activities Performed by Three Organizations; the Nasa Design Team (NDT), the Upper Stage Production Contractor (uspc) and the Instrument Unit Production Contractor (iupc). for Clarity, the Uspc Will BE Referred to AS the Contractor Throughout This Document. Nasa IS Responsible for the Integration of the Primary Elements of the Ares I Launch Vehicle Including: the First Stage, US Including Instrument Unit (IU), and US Engine; and Will Also Integrate the Ares I Launch Vehicle AT the Launch Site. Nasa IS Responsible for the Ddt&e, Including Technical and Programmatic Integration of the US Subsystems and Government-Furnished Property. Nasa Will Lead the Effort to Develop the Requirements and Specifications of the US Element, the Development Plan and Testing Requirements, and ALL Design Documentation, Initial Manufacturing and Assembly Process Planning, Logistics Planning, and Operations Support Planning. Development, Qualification, and Acceptance Testing Will BE Conducted by Nasa and the Contractor to Satisfy Requirements and for Risk Mitigation. Nasa IS Responsible for the Overall Upper Stage Verification and Validation Process and Will Require Support From the Contractor. the Contractor IS Responsible for the Manufacture and Assembly of the Upper Stage Test Flight and Operational Upper Stage Units Including the Installation of Upper Stage Instrument Unit, the Government-Furnished US Engine, Booster Separation Motors, and Other Government-Furnished Property. a Description of the Nasa Managed and Performed Efforts IS Contained in the US Work Packages and Will BE Made Available to the Contractor to Ensure Their Understanding of the Roles and Responsibilities of the NDT, Iupc, and Contractor During the Design, Development, and Operation of the US Element. the US Conceptual Design Described in the Uso-Clv-Se-25704 US Design Definition Document (DDD) IS the Baseline Design for This Contract. the Contractors Early Role Will BE to Provide Producibility Engineering Support to Nasa VIA the Established US Office Structure and to Provide Inputs Into the Final Design Configuration, Specifications, and Standards. Nasa Will Transition the Manufacturing and Assembly, Logistics Support Infrastructure, Configuration Management, and the Sustaining Engineering Functions to the Contractor AT the KEY Points During the Development and Implementation of the Program Currently Planned to Occur NO Later Than 90 Days After the Completion of the Following Major Milestones: Manufacturing and Assembly US Preliminary Design Review (PDR) Logistics Support Infrastructure US PDR Configuration Management US Critical Design Review CDR) Sustaining Engineering US Design Certification Review (DCR) After the Completion of an Orderly Transition of Roles and Responsibilities to the Contractor, Nasa Will Assume an Insight Role Into the Contractors Production, Sustaining Engineering, and Operations Support of the Ares I US Test Program and Flight Hardware. After DCR, the Contractor Will BE Responsible for Sustaining Engineering PER SOW Section 4.7, AS Necessary to Maintain and Support the US Configuration and for Production and Operations Support — $10.5B (THE Boeing Company)
- Space Program Operations Contract (spoc) — $8.5B (United Space Alliance, LLC)
- Joint Us/Russian Human Space Flight Activities — $4.7B (Russia Space Agency)
View all National Aeronautics and Space Administration contracts →