Air Force awards $22.8M facilities support contract to J&J and Alms Mission Support Solutions, LLC

Contract Overview

Contract Amount: $22,828,844 ($22.8M)

Contractor: J&J and Alms Mission Support Solutions, LLC

Awarding Agency: Department of Defense

Start Date: 2024-06-14

End Date: 2026-12-13

Contract Duration: 912 days

Daily Burn Rate: $25.0K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 5

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: CIVIL ENGINEERING BASE OPERATIONS

Place of Performance

Location: PANAMA CITY, BAY County, FLORIDA, 32403

State: Florida Government Spending

Plain-Language Summary

Department of Defense obligated $22.8 million to J&J AND ALMS MISSION SUPPORT SOLUTIONS, LLC for work described as: CIVIL ENGINEERING BASE OPERATIONS Key points: 1. Contract value of $22.8 million over approximately 2.5 years. 2. Awarded under full and open competition after exclusion of sources. 3. The contract type is Firm Fixed Price, indicating predictable costs. 4. Performance period spans from June 2024 to December 2026. 5. The North American Industry Classification System (NAICS) code is 561210 for Facilities Support Services. 6. The contract is not a small business set-aside. 7. The base contract value is $25.03 million.

Value Assessment

Rating: good

The contract value of $22.8 million for facilities support services appears reasonable given the duration and scope. Benchmarking against similar contracts for base operations and maintenance at Air Force installations would provide a more precise value-for-money assessment. The Firm Fixed Price (FFP) contract type helps control costs for the government, as the contractor assumes most of the risk for cost overruns. Without specific performance metrics or detailed cost breakdowns, a definitive assessment of cost efficiency is challenging, but the FFP structure is a positive indicator.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates that while the competition was intended to be open, certain sources were excluded, suggesting a potentially limited pool of bidders. The presence of 5 bids suggests a moderate level of competition. The exclusion of sources warrants further investigation to understand if it restricted competition unduly and potentially impacted price discovery.

Taxpayer Impact: The exclusion of sources, even with 5 bids, may have limited the potential for more competitive pricing, potentially costing taxpayers more than if all qualified sources had been allowed to bid.

Public Impact

The primary beneficiaries are the Department of the Air Force, which receives essential facilities support services. Services include base operations and maintenance, ensuring the functionality of Air Force installations. The contract is geographically focused on Florida (ST, SN). The contract supports the operational readiness and infrastructure of the Air Force. It likely involves a workforce of skilled personnel in facilities management and support roles.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for reduced competition due to 'exclusion of sources' clause.
  • Lack of detailed performance metrics makes it difficult to assess efficiency beyond cost control.
  • Contract duration of over two years may not be optimal for rapidly changing facility needs.

Positive Signals

  • Firm Fixed Price contract type provides cost certainty for the government.
  • Awarded after a competitive process, even with exclusions, suggests some level of market vetting.
  • The contractor, J&J and Alms Mission Support Solutions, LLC, is presumably qualified to perform these services.

Sector Analysis

Facilities Support Services, categorized under NAICS code 561210, is a significant sector within government contracting. This sector encompasses a wide range of services essential for the operation and maintenance of government facilities, including base operations, janitorial services, and grounds maintenance. The total government spending in this sector is substantial, with many contracts awarded through competitive bidding processes. This particular contract fits within the broader defense infrastructure support market, where reliable and cost-effective facility management is critical for mission readiness.

Small Business Impact

This contract was not awarded as a small business set-aside, and there is no explicit indication of subcontracting requirements for small businesses in the provided data. Therefore, the direct impact on the small business ecosystem is likely minimal unless the prime contractor voluntarily engages small businesses for subcontracting opportunities. Further review of the contract's subcontracting plan, if any, would be necessary to fully assess its implications for small businesses.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of the Air Force's contracting and program management offices. Accountability measures are inherent in the Firm Fixed Price (FFP) structure, which incentivizes the contractor to manage costs effectively. Transparency is generally facilitated through contract award databases like FPDS-NG. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse related to the contract's performance or award.

Related Government Programs

  • Base Operations Support Contracts
  • Facilities Maintenance Services
  • Government Infrastructure Management
  • Department of Defense Service Contracts
  • Air Force Installation Support

Risk Flags

  • Potential for limited competition due to source exclusion.
  • Lack of detailed performance metrics in summary data.
  • Geographic concentration of services.

Tags

facilities-support, defense, department-of-defense, air-force, florida, firm-fixed-price, definitive-contract, full-and-open-competition-after-exclusion-of-sources, facilities-support-services, base-operations

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $22.8 million to J&J AND ALMS MISSION SUPPORT SOLUTIONS, LLC. CIVIL ENGINEERING BASE OPERATIONS

Who is the contractor on this award?

The obligated recipient is J&J AND ALMS MISSION SUPPORT SOLUTIONS, LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Air Force).

What is the total obligated amount?

The obligated amount is $22.8 million.

What is the period of performance?

Start: 2024-06-14. End: 2026-12-13.

What is the track record of J&J and Alms Mission Support Solutions, LLC with similar government contracts?

A review of federal procurement data would be necessary to fully assess the track record of J&J and Alms Mission Support Solutions, LLC. This would involve examining past contract awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any history of disputes or contract terminations. Understanding their experience with similar facilities support services, particularly for Department of Defense or Air Force installations, would provide insight into their capability and reliability. Without specific historical data, it's presumed they were deemed capable based on the competitive award process.

How does the awarded price compare to market rates for similar facilities support services?

To benchmark the awarded price of $22.8 million against market rates, one would need to compare it with similar facilities support contracts awarded by the government or in the private sector for comparable services and geographic locations. Factors such as the specific services included (e.g., janitorial, HVAC, groundskeeping, security), the size and complexity of the facilities, and the contract duration are crucial for a fair comparison. The Firm Fixed Price nature of this contract suggests a degree of cost certainty, but a detailed cost analysis or comparison with industry benchmarks would be required to definitively assess value for money.

What are the primary risks associated with this contract, and how are they being mitigated?

Key risks for this contract include potential performance deficiencies by the contractor, cost overruns (though mitigated by FFP), and the possibility of reduced competition due to the 'exclusion of sources' clause. Mitigation strategies would involve robust government oversight, clear performance standards outlined in the contract, regular performance reviews, and potentially a strong incentive structure. The exclusion of sources risk is harder to mitigate post-award, but understanding the rationale behind it is crucial. The government's mitigation strategy relies heavily on the contractor's adherence to the FFP terms and the effectiveness of the contracting officer's oversight.

How effective is the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' approach in ensuring optimal value for taxpayers?

The effectiveness of 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' in ensuring optimal value for taxpayers is debatable and context-dependent. While it aims to maintain a competitive environment, the exclusion of specific sources inherently limits the bidder pool. If the exclusions are justified (e.g., based on national security, specialized capabilities, or past performance issues), it might lead to the selection of the most suitable contractor. However, if the exclusions are arbitrary or overly restrictive, it could stifle competition, potentially leading to higher prices and reduced innovation, thus diminishing taxpayer value. A thorough justification for the exclusions is critical for assessing its impact.

What is the historical spending trend for facilities support services at this specific Air Force installation or within this region?

Analyzing historical spending trends for facilities support services at the specific Air Force installation or within the Florida region would provide valuable context for this $22.8 million award. This involves examining past contracts for similar services, their values, durations, and the contractors involved. Significant year-over-year increases or decreases in spending could indicate changes in operational needs, efficiency improvements, or shifts in contracting strategies. Understanding these trends helps determine if the current award represents a continuation of established spending patterns, a cost-saving measure, or an escalation in expenditure.

Are there any performance incentives or penalties built into this Firm Fixed Price contract?

Firm Fixed Price (FFP) contracts, by their nature, place the primary cost risk on the contractor. While FFP contracts generally do not include explicit performance incentives or penalties in the same way cost-reimbursement contracts might, performance is still governed by the contract's requirements and statement of work. Failure to meet these requirements can lead to contract remedies, including termination for default, claims, or withholding of payment. Specific incentives or penalties would be detailed within the contract clauses and performance work statement; their absence in the summary data does not mean they don't exist but rather that they are not highlighted as key award factors.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities Support Services

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: FA481924R0010

Offers Received: 5

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3909 ARCTIC BOULEVARD, SUITE 500, ANCHORAGE, AK, 99503

Business Categories: Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, SBA Certified 8 a Joint Venture, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $65,473,356

Exercised Options: $32,932,742

Current Obligation: $22,828,844

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2024-06-14

Current End Date: 2026-12-13

Potential End Date: 2029-04-29 00:00:00

Last Modified: 2025-12-14

More Contracts from J&J and Alms Mission Support Solutions, LLC

View all J&J and Alms Mission Support Solutions, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending