DoD Awards $3M Contract for Shelf Stocking and Custodial Services to Aspire Therapy Services
Contract Overview
Contract Amount: $3,042,158 ($3.0M)
Contractor: Aspire Therapy Services and Consultants, Inc.
Awarding Agency: Department of Defense
Start Date: 2023-03-01
End Date: 2026-02-28
Contract Duration: 1,095 days
Daily Burn Rate: $2.8K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: SHELF STOCKING, RECEIVING/STORAGE/HOLDING AREA AND CUSTODIAL OPERATIONS
Place of Performance
Location: ABERDEEN PROVING GROUND, HARFORD County, MARYLAND, 21005
State: Maryland Government Spending
Plain-Language Summary
Department of Defense obligated $3.0 million to ASPIRE THERAPY SERVICES AND CONSULTANTS, INC. for work described as: SHELF STOCKING, RECEIVING/STORAGE/HOLDING AREA AND CUSTODIAL OPERATIONS Key points: 1. Contract awarded for essential support services including stocking, receiving, storage, and custodial operations. 2. The contract is valued at $3.04 million over a 3-year period. 3. Competition was not available, raising questions about price discovery and potential value. 4. The sector is Other Support Services, with limited public data for direct benchmarking.
Value Assessment
Rating: questionable
The contract type is Firm Fixed Price, which can offer cost certainty. However, without competitive bidding, it's difficult to assess if the price is optimal or reflects fair market value compared to similar services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was not available for competition, indicating a sole-source or limited source award. This limits price discovery and may result in a higher cost to taxpayers than if multiple vendors had competed.
Taxpayer Impact: The lack of competition for this $3M contract means taxpayers may not be receiving the best possible price for these essential support services.
Public Impact
Ensures essential functions like stocking and cleaning are maintained within DoD facilities. Supports military personnel and their families by maintaining operational readiness and a clean environment. The contract's duration of three years provides stability for service delivery.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Potential for overpayment due to limited price discovery
Positive Signals
- Firm Fixed Price contract type
- Clear scope of work for essential services
Sector Analysis
This contract falls under 'All Other Support Services,' a broad category. Benchmarking is challenging without more specific service details, but typical support service contracts can range significantly in cost depending on scope and location.
Small Business Impact
The contract was not awarded to a small business, as indicated by 'sb: false'. Further analysis would be needed to determine if small business set-aside opportunities were explored or missed.
Oversight & Accountability
The contract is a definitive contract, suggesting a formal agreement. Oversight will be crucial to ensure service delivery meets requirements and that the pricing remains justified despite the lack of competition.
Related Government Programs
- All Other Support Services
- Department of Defense Contracting
- Defense Commissary Agency Programs
Risk Flags
- Lack of competitive bidding
- Potential for inflated pricing
- Limited transparency on justification for sole-source award
- No small business participation identified
Tags
all-other-support-services, department-of-defense, md, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $3.0 million to ASPIRE THERAPY SERVICES AND CONSULTANTS, INC.. SHELF STOCKING, RECEIVING/STORAGE/HOLDING AREA AND CUSTODIAL OPERATIONS
Who is the contractor on this award?
The obligated recipient is ASPIRE THERAPY SERVICES AND CONSULTANTS, INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Defense Commissary Agency).
What is the total obligated amount?
The obligated amount is $3.0 million.
What is the period of performance?
Start: 2023-03-01. End: 2026-02-28.
What factors led to the determination that this contract was not available for competition?
The provided data does not specify the reasons for the lack of competition. Typically, this could be due to urgent needs, unique capabilities of the awarded vendor, or prior planning that limited the scope. Further investigation into the contract file would be necessary to understand the justification for this determination and its impact on potential cost savings.
How does the $3.04 million price compare to similar custodial and stocking contracts within the DoD or other federal agencies?
Without specific details on the scope of services, service levels, and geographic locations, a direct comparison is difficult. However, the absence of competition makes it challenging to ascertain if this price represents fair market value. Benchmarking against publicly available data for similar support services, adjusted for scale and complexity, would be a next step.
What mechanisms are in place to ensure the quality and effectiveness of services provided under this sole-source contract?
As a definitive contract, there should be performance standards and inspection clauses. The Defense Commissary Agency (DECA) will likely have quality assurance personnel to monitor service delivery. However, the lack of competitive pressure necessitates robust oversight to ensure accountability and prevent potential complacency in service quality.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Other Support Services › All Other Support Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: HQC00822R0012
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1003 BECKETT, SAN ANTONIO, TX, 78213
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $4,832,940
Exercised Options: $3,108,567
Current Obligation: $3,042,158
Actual Outlays: $250,584
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2023-03-01
Current End Date: 2026-02-28
Potential End Date: 2028-02-29 00:00:00
Last Modified: 2026-01-05
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)