GSA awards $9.7M+ for vehicle maintenance and logistics at four Afghan bases, with a $10M NTE ceiling

Contract Overview

Contract Amount: $29,454,582 ($29.5M)

Contractor: AMS Integrated Solutions Fz-Llc

Awarding Agency: General Services Administration

Start Date: 2011-09-30

End Date: 2019-11-18

Contract Duration: 2,971 days

Daily Burn Rate: $9.9K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: THIS ORDER IS UNDER CONTRACT GS-30F-X0093. TMP MANAGEMENT IS FIRM FIXED PRICE. TMP MAINTENANCE/LOGISTICS IS FIXED PRICED TIME&MATERIAL. THIS IS AWARD WILL CURRENTLY ONLY ACTIVATE THE LARGE FOUR FORWARD OPERATING BASE S (FOB) OF BAGHRAM AIRFIELD, KANDAHAR AIRFIELD, CAMP LEATHERNECK, AND KABUL BASE CLUSTER. YOU WILL BE NOTIFIED AS THE OTHER FOB S COME ONLINE AND THE CONTRACT WILL THEN BE MODIFIED. THE TMP MANAGEMENT WILL BE AWARDED AS A FIRM FIXED PRICE AND THE TMP MAINTENANCE WILL BE AWARDED AS FIXED PRICE TIME AND MATERIALS - THE INITIAL FUNDING WILL BE FOR THE $4,753,865.04 FOR THE FIRM FIXED PRICE TMP MANAGEMENT AND FOR $4,985,814.96 FOR THE TMP MAINTENANCE AND LOGISTICAL SERVICES BUT WILL HAVE A NOT TO EXCEED CEILING OF $10 MILLION.

Plain-Language Summary

General Services Administration obligated $29.5 million to AMS INTEGRATED SOLUTIONS FZ-LLC for work described as: THIS ORDER IS UNDER CONTRACT GS-30F-X0093. TMP MANAGEMENT IS FIRM FIXED PRICE. TMP MAINTENANCE/LOGISTICS IS FIXED PRICED TIME&MATERIAL. THIS IS AWARD WILL CURRENTLY ONLY ACTIVATE THE LARGE FOUR FORWARD OPERATING BASE S (FOB) OF BAGHRAM AIRFIELD, KANDAHAR AIRFIELD, CAMP LEATHERNEC… Key points: 1. Contract structure includes firm-fixed-price for management and fixed-price time & materials for maintenance, indicating a hybrid approach to service delivery. 2. Initial funding covers over $9.7M for management and maintenance across four key Forward Operating Bases (FOBs) in Afghanistan. 3. The contract has a significant Not-To-Exceed (NTE) ceiling of $10 million, allowing for potential expansion of services or scope. 4. Services are concentrated at major hubs: Bagram Airfield, Kandahar Airfield, Camp Leatherneck, and Kabul Base Cluster, suggesting a focus on high-traffic operational areas. 5. The contract duration spans over 8 years, from September 2011 to November 2019, indicating a long-term commitment to these services. 6. The primary service codes (811111) point to general automotive repair, highlighting the critical need for vehicle upkeep in operational environments.

Value Assessment

Rating: fair

The contract's value is difficult to benchmark precisely without more granular data on the specific services provided under the Time & Materials portion. The initial funding of approximately $9.7 million for management and maintenance across four major bases over an eight-year period suggests a moderate annual spend. However, the $10 million Not-To-Exceed ceiling indicates potential for cost escalation. Comparing this to similar contracts for vehicle maintenance and logistics in deployed environments would be necessary for a more robust value assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, suggesting that multiple vendors had the opportunity to bid. The specific number of bidders is not provided, but the designation implies a competitive process aimed at achieving fair market prices. The use of a hybrid pricing structure (firm-fixed-price for management and T&M for maintenance) may have influenced the bidding landscape.

Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to more favorable pricing and better service quality through vendor innovation.

Public Impact

Military personnel and operations in Afghanistan benefit from reliable vehicle maintenance and logistics, ensuring operational readiness. The contract supports critical infrastructure at four major Forward Operating Bases (FOBs), facilitating troop movement and supply chain integrity. Services are geographically concentrated in key operational areas within Afghanistan, directly impacting mission effectiveness. The contract likely supports a workforce involved in automotive repair, logistics, and base support services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • The Time & Materials component for maintenance introduces cost uncertainty and requires diligent oversight to prevent overruns.
  • The significant duration of the contract (over 8 years) necessitates ongoing performance monitoring to ensure sustained quality and value.
  • Geographic concentration in a high-risk environment like Afghanistan presents inherent logistical and security challenges.

Positive Signals

  • Awarded under full and open competition, suggesting a robust vetting process and potential for competitive pricing.
  • The firm-fixed-price component for management provides cost certainty for a significant portion of the contract.
  • The contract addresses critical operational needs for vehicle support in a deployed theater.

Sector Analysis

This contract falls within the broader defense logistics and support services sector, specifically focusing on vehicle maintenance and operational readiness. The market for such services in deployed environments is characterized by specialized requirements, high operational tempo, and significant risk. Comparable spending benchmarks would typically involve other contracts for fleet management, repair, and logistical support in theaters of operation, often awarded by agencies like the Department of Defense through various contracting vehicles.

Small Business Impact

The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, it likely did not directly involve small business subcontracting opportunities unless the prime contractor voluntarily included them. The absence of small business participation in the prime contract suggests larger, established firms were likely the primary bidders and awardees.

Oversight & Accountability

Oversight for this contract would primarily fall under the General Services Administration (GSA) Federal Acquisition Service, which awarded the delivery order. Given the operational context in Afghanistan, oversight would also involve military command structures and potentially the Special Inspector General for Afghanistan Reconstruction (SIGAR) to ensure funds were used effectively and for their intended purpose. Transparency is facilitated through contract award databases, though detailed performance metrics may be less public.

Related Government Programs

  • Afghanistan Base Support Contracts
  • Tactical Vehicle Maintenance Services
  • Logistics and Supply Chain Management (Defense)
  • GSA Schedule Contracts
  • Forward Operating Base (FOB) Services

Risk Flags

  • Potential for cost overruns due to Time & Materials pricing
  • Long contract duration requires sustained oversight
  • Operational risks in a deployed environment
  • Dependence on contractor performance for mission readiness

Tags

defense, gsa, afghanistan, delivery-order, large-contract, full-and-open-competition, automotive-repair, logistics, firm-fixed-price, time-and-materials, base-support

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $29.5 million to AMS INTEGRATED SOLUTIONS FZ-LLC. THIS ORDER IS UNDER CONTRACT GS-30F-X0093. TMP MANAGEMENT IS FIRM FIXED PRICE. TMP MAINTENANCE/LOGISTICS IS FIXED PRICED TIME&MATERIAL. THIS IS AWARD WILL CURRENTLY ONLY ACTIVATE THE LARGE FOUR FORWARD OPERATING BASE S (FOB) OF BAGHRAM AIRFIELD, KANDAHAR AIRFIELD, CAMP LEATHERNECK, AND KABUL BASE CLUSTER. YOU WILL BE NOTIFIED AS THE OTHER FOB S COME ONLINE AND THE CONTRACT WILL THEN BE MODIFIED. THE TMP MANAGEMENT WILL BE AWARDED AS A FIRM FIXED PRICE AND THE TMP MAINTENANCE WILL BE AWARDED AS F

Who is the contractor on this award?

The obligated recipient is AMS INTEGRATED SOLUTIONS FZ-LLC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $29.5 million.

What is the period of performance?

Start: 2011-09-30. End: 2019-11-18.

What was the total value of the contract upon its completion, considering the NTE ceiling and potential modifications?

The provided data indicates an initial funding of $4,753,865.04 for TMP Management (Firm Fixed Price) and $4,985,814.96 for TMP Maintenance/Logistics (Fixed Price Time & Material), totaling approximately $9.74 million. However, the contract had a Not-To-Exceed (NTE) ceiling of $10 million. Without modification details or final expenditure reports, it's impossible to determine the exact final value. Given the duration and the NTE, it's plausible that the contract approached or reached the $10 million ceiling, especially if additional FOBs came online as anticipated. The contract's period of performance was from September 30, 2011, to November 18, 2019, spanning over eight years.

How did the Time & Materials component for maintenance impact cost control compared to a Firm Fixed Price structure?

The Time & Materials (T&M) pricing structure for maintenance introduces inherent cost uncertainty compared to a Firm Fixed Price (FFP) model. Under T&M, the government pays for the actual labor hours and materials used, plus a fixed fee or நிர்ணயிக்கப்பட்ட markup. This can lead to cost overruns if not managed diligently, as the final cost is not predetermined. For taxpayers, this means a higher risk of paying more than initially anticipated. Effective oversight, including detailed tracking of labor hours, material costs, and justification for work performed, is crucial to mitigate these risks and ensure value for money. The FFP component for management, however, provides cost certainty for that aspect of the service.

What specific risks were associated with providing vehicle maintenance and logistics in the Afghan operational environment during the contract period?

Operating in Afghanistan presented numerous risks for this contract. Security risks were paramount, including potential threats to personnel and equipment, requiring robust security protocols and potentially increasing operational costs. Logistical challenges were significant due to the difficult terrain, limited infrastructure, and the need for secure transportation of parts and personnel. Furthermore, the political and economic instability in the region could impact supply chains and the availability of resources. The remote nature of some FOBs also added complexity to maintenance and repair operations, potentially increasing response times and costs. The extended duration of the contract (over 8 years) meant navigating evolving security situations and operational requirements.

How does the concentration of services at four specific FOBs affect the overall efficiency and cost-effectiveness of the contract?

Concentrating services at four major Forward Operating Bases (Bagram, Kandahar, Camp Leatherneck, and Kabul) likely enhances efficiency and cost-effectiveness by allowing the contractor to achieve economies of scale. Centralizing resources, personnel, and equipment at these key hubs reduces duplication of effort and logistical overhead compared to spreading services thinly across numerous smaller locations. It enables the contractor to establish dedicated maintenance facilities and specialized teams at high-demand sites. This focused approach can lead to faster response times for critical repairs and more streamlined supply chain management for parts, ultimately supporting operational readiness more effectively within the specified geographic scope.

What is the significance of the contract being awarded under 'Full and Open Competition' for the GSA and the taxpayer?

Awarding this contract under 'Full and Open Competition' signifies that GSA sought proposals from all responsible sources, maximizing the potential pool of qualified contractors. This competitive process is designed to drive down prices through market forces and encourage innovation as vendors vie for the award. For the taxpayer, it increases the likelihood of obtaining services at a fair market price and receiving high-quality support. It also promotes transparency and accountability by ensuring that the chosen contractor was selected based on merit and the best value offered, rather than through restricted means.

What does the 'General Automotive Repair' (NAICS 811111) code imply about the scope of services provided under this contract?

The NAICS code 811111, 'General Automotive Repair,' indicates that the primary focus of the services under this contract is the maintenance, repair, and servicing of vehicles. This typically includes routine maintenance such as oil changes, tire rotations, brake repairs, engine diagnostics, and tune-ups. It suggests the contract covers a broad range of mechanical and electrical repairs necessary to keep a fleet of vehicles operational. Given the context of military operations, this likely extends to tactical and non-tactical vehicles, ensuring their readiness and reliability in demanding conditions. The 'logistics' aspect mentioned in the description may encompass parts management and transportation related to these repairs.

Industry Classification

NAICS: Other Services (except Public Administration)Automotive Repair and MaintenanceGeneral Automotive Repair

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Automotive Management Services Fz-Llc (UEI: 561425157)

Address: SABA TOWERS 1 SHEIKH ZAYED RO, DUBAI

Business Categories: Category Business, Foreign Owned, International Organization, Not Designated a Small Business, Special Designations

Financial Breakdown

Contract Ceiling: $29,454,582

Exercised Options: $29,454,582

Current Obligation: $29,454,582

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: GS30FX0093

IDV Type: IDC

Timeline

Start Date: 2011-09-30

Current End Date: 2019-11-18

Potential End Date: 2019-11-18 00:00:00

Last Modified: 2019-11-19

More Contracts from AMS Integrated Solutions Fz-Llc

View all AMS Integrated Solutions Fz-Llc federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending