DoD Awards $8.1M for Phillips Research Site Admin Services to Fury Solutions LLC

Contract Overview

Contract Amount: $8,115,134 ($8.1M)

Contractor: Fury Solutions LLC

Awarding Agency: Department of Defense

Start Date: 2023-12-01

End Date: 2026-11-30

Contract Duration: 1,095 days

Daily Burn Rate: $7.4K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: ADMINISTRATIVE SERVICES FOR PHILLIPS RESEARCH SITE

Place of Performance

Location: KIRTLAND AFB, BERNALILLO County, NEW MEXICO, 87117

State: New Mexico Government Spending

Plain-Language Summary

Department of Defense obligated $8.1 million to FURY SOLUTIONS LLC for work described as: ADMINISTRATIVE SERVICES FOR PHILLIPS RESEARCH SITE Key points: 1. Contract awarded to Fury Solutions LLC for administrative services. 2. The contract is for the Department of the Air Force. 3. The contract value is $8.1 million over 3 years. 4. The North American Industry Classification System (NAICS) code is 561110. 5. The contract type is Firm Fixed Price.

Value Assessment

Rating: fair

The contract value of $8.1 million over three years for administrative services appears reasonable given the duration and scope. Benchmarking against similar administrative support contracts would provide a clearer picture of value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a limited competition. This method may not have resulted in the most competitive pricing.

Taxpayer Impact: The limited competition raises questions about whether taxpayers received the best possible price for these administrative services.

Public Impact

Administrative support is crucial for the operational efficiency of research sites. The contract duration of three years provides stability for service delivery. The award to Fury Solutions LLC impacts a specific segment of the federal contracting market for administrative services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Limited competition may lead to higher costs.
  • Lack of small business participation noted.

Positive Signals

  • Firm Fixed Price contract provides cost certainty.
  • Long-term contract ensures continuity of services.

Sector Analysis

Administrative services are a common requirement across many government sectors. The $8.1 million award for a three-year period for a research site is a moderate-sized contract within this broad category.

Small Business Impact

The data indicates that small business participation was not a factor in this award (sb: false). Further analysis would be needed to determine if opportunities were missed for small businesses in this procurement.

Oversight & Accountability

The contract falls under the Department of the Air Force, which has established oversight mechanisms for contract performance and financial management. The 'after exclusion of sources' clause warrants scrutiny to ensure justification.

Related Government Programs

  • Office Administrative Services
  • Department of Defense Contracting
  • Department of the Air Force Programs

Risk Flags

  • Limited competition raises concerns about optimal pricing.
  • No small business participation noted.
  • Justification for exclusion of sources needs review.
  • Potential for cost overruns if not managed effectively.

Tags

office-administrative-services, department-of-defense, nm, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $8.1 million to FURY SOLUTIONS LLC. ADMINISTRATIVE SERVICES FOR PHILLIPS RESEARCH SITE

Who is the contractor on this award?

The obligated recipient is FURY 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 $8.1 million.

What is the period of performance?

Start: 2023-12-01. End: 2026-11-30.

What was the specific justification for excluding sources in this full and open competition?

The justification for excluding sources in a 'full and open competition after exclusion of sources' award typically involves specific technical requirements, unique capabilities, or prior performance that only a limited number of contractors can meet. Without further details on the solicitation, it's difficult to ascertain the precise reason, but it suggests a deliberate narrowing of the field based on predefined criteria.

How does the per-unit cost of these administrative services compare to industry benchmarks?

A direct per-unit cost benchmark is not available without more granular data on the specific services provided (e.g., cost per administrative hour, cost per document processed). However, the overall contract value of $8.1 million over three years for a research site suggests a significant operational support requirement. A detailed cost breakdown and comparison with similar federal or commercial contracts would be necessary for a robust benchmark.

What is the potential impact on future contract pricing if limited competition becomes a trend for similar administrative services?

If limited competition becomes a trend for similar administrative services, it could lead to reduced price discovery and potentially higher costs for taxpayers. A smaller pool of bidders may have less incentive to offer competitive pricing, especially if the barriers to entry or the justification for exclusion are not rigorously assessed. This could necessitate stronger justification requirements for such contract types.

Industry Classification

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

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1617 ASHMONT CT, XENIA, OH, 45385

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

Financial Breakdown

Contract Ceiling: $14,867,465

Exercised Options: $11,008,990

Current Obligation: $8,115,134

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: FA945123DA001

IDV Type: IDC

Timeline

Start Date: 2023-12-01

Current End Date: 2026-11-30

Potential End Date: 2027-11-30 00:00:00

Last Modified: 2026-01-13

More Contracts from Fury Solutions LLC

View all Fury Solutions LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending