Veteran Facility Services LLC contract for base operations support at Westover ARB awarded $29.6M

Contract Overview

Contract Amount: $29,570,713 ($29.6M)

Contractor: Veteran Facility Services LLC

Awarding Agency: Department of Defense

Start Date: 2015-08-05

End Date: 2019-02-28

Contract Duration: 1,303 days

Daily Burn Rate: $22.7K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 11

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: IGF::OT::IGF BASE OPERATIONS SUPPORT (BOS) SUPPORT AT WESTOVER ARB, MA

Place of Performance

Location: CHICOPEE, HAMPDEN County, MASSACHUSETTS, 01022

State: Massachusetts Government Spending

Plain-Language Summary

Department of Defense obligated $29.6 million to VETERAN FACILITY SERVICES LLC for work described as: IGF::OT::IGF BASE OPERATIONS SUPPORT (BOS) SUPPORT AT WESTOVER ARB, MA Key points: 1. Contract value of $29.6M over approximately 4 years indicates significant investment in base support services. 2. The contract was awarded using Full and Open Competition after Exclusion of Sources, suggesting a deliberate process to ensure fair opportunity. 3. The award to Veteran Facility Services LLC, a small business, aligns with federal goals to support smaller enterprises. 4. The firm fixed-price contract type helps manage cost certainty for the government. 5. The duration of the contract (1303 days) suggests a need for sustained and reliable support services. 6. The contract's focus on Facilities Support Services (NAICS 561210) is a critical component of maintaining operational readiness at military installations.

Value Assessment

Rating: good

The contract value of $29.6M for facilities support services over roughly four years appears reasonable given the scope of base operations support. Benchmarking against similar contracts for large military installations would provide a more precise value-for-money assessment. The firm fixed-price structure offers cost predictability. However, without detailed breakdowns of services and performance metrics, a definitive value assessment is challenging.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'Full and Open Competition after Exclusion of Sources,' indicating that while the process aimed for broad competition, specific sources may have been excluded for defined reasons. With 11 bidders, the competition level was robust, which typically drives better pricing and service offerings for the government. This suggests that the pricing achieved is likely competitive.

Taxpayer Impact: A high number of bidders in a full and open competition generally leads to taxpayer savings through competitive pricing and encourages contractors to offer their best value propositions.

Public Impact

The primary beneficiaries are the U.S. Air Force personnel and operations at Westover Air Reserve Base, MA, through the provision of essential facilities support. Services delivered include a range of facilities maintenance and operational support critical for base functionality. The geographic impact is localized to Westover Air Reserve Base, Massachusetts, ensuring its operational readiness. The contract supports the workforce employed by Veteran Facility Services LLC, contributing to local employment in Massachusetts.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for scope creep if not managed tightly, given the broad nature of facilities support.
  • Dependence on a single contractor for critical base infrastructure could pose a risk if performance falters.
  • Ensuring consistent quality across all facilities support tasks requires diligent oversight.

Positive Signals

  • Award to a small business (Veteran Facility Services LLC) supports federal small business contracting goals.
  • Firm fixed-price contract provides cost certainty for the government.
  • Robust competition (11 bidders) suggests a well-contested award and likely competitive pricing.

Sector Analysis

Facilities Support Services (NAICS 561210) is a significant sector within government contracting, encompassing a wide array of services necessary for the operation and maintenance of federal facilities. This contract represents a substantial portion of spending within this category for a specific military installation. The market for these services is competitive, with many providers ranging from large corporations to specialized small businesses. The total federal spending on facilities support services is in the billions annually, making contracts like this a key component of overall government operations.

Small Business Impact

This contract was awarded to Veteran Facility Services LLC, which is identified as a small business. This award directly contributes to meeting federal small business contracting goals. The implications for subcontracting are not explicitly detailed but are often a component of larger facilities support contracts, potentially providing opportunities for other small businesses. The success of this contract could serve as a positive signal for other small businesses seeking similar opportunities within the Department of Defense.

Oversight & Accountability

Oversight for this contract would typically fall under the purview of the contracting officer and the relevant program management office within the Department of the Air Force. Accountability measures are inherent in the firm fixed-price contract type, with payments contingent on satisfactory performance. Transparency is facilitated through contract award databases. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

  • Base Operations Support Services
  • Facilities Maintenance Contracts
  • Department of Defense Support Contracts
  • Air Force Installation Support

Risk Flags

  • Potential for performance issues given the scope and duration.
  • Need for robust government oversight to ensure quality and compliance.
  • Risk associated with reliance on a single contractor for critical base functions.

Tags

facilities-support-services, department-of-defense, air-force, westover-arb, massachusetts, definitive-contract, firm-fixed-price, full-and-open-competition, small-business, facilities-maintenance, base-operations-support

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $29.6 million to VETERAN FACILITY SERVICES LLC. IGF::OT::IGF BASE OPERATIONS SUPPORT (BOS) SUPPORT AT WESTOVER ARB, MA

Who is the contractor on this award?

The obligated recipient is VETERAN FACILITY SERVICES 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 $29.6 million.

What is the period of performance?

Start: 2015-08-05. End: 2019-02-28.

What is the historical spending pattern for Base Operations Support at Westover ARB?

Historical spending data for Base Operations Support (BOS) at Westover ARB prior to this $29.6M contract would reveal trends in investment and contractor performance. Analyzing previous BOS contracts, their values, durations, and awarded contractors would indicate whether spending has been consistent, increasing, or decreasing. It would also highlight any recurring issues or successes with specific service providers or contract types. Understanding this history provides context for the current contract's scale and terms, helping to assess if it represents a continuation of established support levels or a significant shift in strategy or investment. Without specific prior contract data for this exact BOS scope at Westover ARB, it's difficult to provide precise historical figures, but generally, BOS contracts are long-term and represent a substantial, consistent investment for maintaining military installation readiness.

How does the per-unit cost of services under this contract compare to similar facilities support contracts at other Air Force bases?

A direct per-unit cost comparison is challenging without a detailed breakdown of the services provided and their associated quantities (e.g., cost per square foot maintained, cost per janitorial hour, cost per HVAC unit serviced). However, the total contract value of $29.6M over approximately four years for facilities support at a base like Westover ARB can be benchmarked against similar-sized installations. If Westover ARB is considered a mid-to-large sized base, this contract value suggests a moderate level of spending. If other comparable bases have significantly higher or lower contract values for similar scopes of work, it could indicate differences in pricing, service scope, or efficiency. The 'Full and Open Competition after Exclusion of Sources' with 11 bidders suggests competitive pricing was sought, which should theoretically align it with market rates for such services.

What are the key performance indicators (KPIs) used to evaluate Veteran Facility Services LLC's performance?

Key Performance Indicators (KPIs) for a facilities support contract typically focus on aspects like response times for service requests, completion rates for scheduled maintenance, quality of work (e.g., cleanliness standards, repair effectiveness), safety compliance, and customer satisfaction. For this contract, specific KPIs would be detailed in the Performance Work Statement (PWS). For example, response times for emergency facility issues might be measured in minutes or hours, while routine maintenance completion might be tracked as a percentage of tasks completed on schedule. Quality assurance surveillance plans (QASPs) are used by the government to monitor adherence to these KPIs. Consistent failure to meet KPIs could lead to contract deficiencies, award fee reductions (if applicable), or even termination.

What is the track record of Veteran Facility Services LLC in performing similar government contracts?

Veteran Facility Services LLC's track record is crucial for assessing their capability to fulfill this $29.6M contract. Information from sources like the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS) would detail their past performance on government contracts. This includes evaluating their history of on-time delivery, quality of work, cost control, and overall customer satisfaction. As a small business, their portfolio might be smaller than larger incumbents, but a history of successful, smaller-scale contracts in facilities support would indicate a strong foundation. Conversely, past performance issues, such as significant delays, quality deficiencies, or disputes, would raise concerns about their ability to manage a contract of this magnitude and duration.

Are there any specific risks associated with the 'Exclusion of Sources' aspect of the competition?

The 'Full and Open Competition after Exclusion of Sources' designation implies that while the competition was broadly advertised, certain potential offerors were intentionally excluded. The risks associated with this depend entirely on the justification for the exclusion. If sources were excluded for valid, documented reasons (e.g., past performance issues, inability to meet specific technical requirements, or national security concerns), then the risk to the government is minimal, and the competition remains robust among the remaining qualified sources. However, if the exclusion was poorly justified, arbitrary, or perceived as favoring certain bidders, it could lead to protests, limit the pool of qualified competitors, potentially increase costs, and reduce overall best value for the government. Transparency and clear documentation of the exclusion rationale are key to mitigating these risks.

Industry Classification

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

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)MANAGEMENT SUPPORT SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: FA660615R0001

Offers Received: 11

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1028 HARVIN WAY SUITE 130A, ROCKLEDGE, FL, 32955

Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $57,259,868

Exercised Options: $34,356,050

Current Obligation: $29,570,713

Contract Characteristics

Consolidated Contract: Yes

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2015-08-05

Current End Date: 2019-02-28

Potential End Date: 2021-02-28 00:00:00

Last Modified: 2019-02-19

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending