Naval Support Activity Annapolis Facilities Services contract awarded to Vectrus-J&J for $18.9M, extending through May 2026

Contract Overview

Contract Amount: $18,902,070 ($18.9M)

Contractor: Vectrus-J&j Facilities Support, LLC

Awarding Agency: Department of Defense

Start Date: 2025-06-03

End Date: 2026-05-31

Contract Duration: 362 days

Daily Burn Rate: $52.2K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: PROVIDE FUNDING FOR RECURRING WORK 4TH OPTION PERIOD BASE OPERATING SERVICES AT THE NAVAL SUPPORT ACTIVITY ANNAPOLIS, MD

Place of Performance

Location: ANNAPOLIS, ANNE ARUNDEL County, MARYLAND, 21402

State: Maryland Government Spending

Plain-Language Summary

Department of Defense obligated $18.9 million to VECTRUS-J&J FACILITIES SUPPORT, LLC for work described as: PROVIDE FUNDING FOR RECURRING WORK 4TH OPTION PERIOD BASE OPERATING SERVICES AT THE NAVAL SUPPORT ACTIVITY ANNAPOLIS, MD Key points: 1. The contract provides essential base operating services, ensuring continuity for critical naval functions. 2. Awarded under full and open competition, suggesting a competitive bidding process. 3. The duration of the option period indicates a stable, long-term need for these services. 4. Facilities support services are crucial for maintaining infrastructure and operational readiness. 5. The fixed-price contract type aims to control costs and provide budget certainty.

Value Assessment

Rating: good

The contract value of $18.9 million for a 12-month period (option year 4) appears reasonable for comprehensive facilities support services at a naval installation. Benchmarking against similar large-scale facilities management contracts for government installations suggests this pricing is within expected ranges, especially considering the scope of services required for base operations. The firm-fixed-price structure provides cost predictability for the Department of the Navy.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple qualified vendors had the opportunity to bid. The presence of a competitive process generally leads to better price discovery and potentially more favorable terms for the government. While the number of bidders is not specified, the 'full and open' designation suggests a robust market for these services.

Taxpayer Impact: A competitive award process helps ensure that taxpayer dollars are used efficiently by driving down costs through market forces.

Public Impact

Naval Support Activity Annapolis personnel and operations benefit from reliable facilities maintenance and support. Ensures the continued functionality of essential infrastructure at the naval base. Supports the operational readiness of the U.S. Navy in Maryland. Indirectly supports the local workforce through employment opportunities with the contractor.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for scope creep in future option periods if not carefully managed.
  • Reliance on a single contractor for critical base operating services could pose a risk if performance falters.

Positive Signals

  • Awarded through full and open competition, indicating market viability and potential for competitive pricing.
  • Firm-fixed-price contract type provides cost certainty for the government.
  • Option period structure suggests successful past performance and a stable, ongoing requirement.

Sector Analysis

Facilities Support Services (NAICS 561210) is a significant sector within government contracting, encompassing a wide range of services from maintenance and repair to groundskeeping and security. The market is competitive, with many large and small businesses capable of providing these essential services. This contract fits within the broader defense sector's need for robust base support to ensure operational effectiveness and readiness. Comparable spending benchmarks for facilities management at large federal installations often run into tens or hundreds of millions of dollars annually, depending on size and complexity.

Small Business Impact

The data indicates this contract was not set aside for small businesses and was awarded under full and open competition. This suggests that large businesses were likely the primary bidders. There is no explicit information on subcontracting plans for small businesses within this specific award, but typical large facilities contracts often include provisions for small business participation to meet federal subcontracting goals.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of the Navy's contracting and program management offices. Accountability measures are inherent in the firm-fixed-price contract, with performance expectations tied to payment. Transparency is generally maintained through contract award databases and reporting requirements. The Inspector General for the Department of Defense would have jurisdiction for audits and investigations if any issues arise.

Related Government Programs

  • Base Operating Support Services
  • Facilities Maintenance Contracts
  • Naval Installation Support
  • Department of Defense Facilities Management

Risk Flags

  • Potential for performance degradation over time
  • Reliance on contractor for critical infrastructure support

Tags

facilities-support, base-operations, department-of-defense, department-of-the-navy, naval-support-activity-annapolis, maryland, full-and-open-competition, firm-fixed-price, delivery-order, facilities-management, recurring-work, option-period

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $18.9 million to VECTRUS-J&J FACILITIES SUPPORT, LLC. PROVIDE FUNDING FOR RECURRING WORK 4TH OPTION PERIOD BASE OPERATING SERVICES AT THE NAVAL SUPPORT ACTIVITY ANNAPOLIS, MD

Who is the contractor on this award?

The obligated recipient is VECTRUS-J&J FACILITIES SUPPORT, LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Navy).

What is the total obligated amount?

The obligated amount is $18.9 million.

What is the period of performance?

Start: 2025-06-03. End: 2026-05-31.

What is the historical spending trend for facilities support services at Naval Support Activity Annapolis?

Analyzing historical spending for facilities support at Naval Support Activity Annapolis requires access to detailed contract databases beyond the provided data. However, the current award for the 4th option period at approximately $18.9 million for a 12-month duration suggests a consistent and significant investment in these services. If previous option periods were awarded at similar values, it indicates a stable annual expenditure in this range. Fluctuations could occur due to changes in scope, service level agreements, or market pricing adjustments. A deeper dive into historical contract awards for this specific installation would reveal trends in total spending, contractor changes, and the number of option periods exercised, providing a clearer picture of long-term investment patterns.

How does the cost per square foot for facilities services compare to industry benchmarks for similar naval installations?

Determining the cost per square foot requires knowing the total square footage of the facilities managed under this contract, which is not provided. However, if that data were available, it could be benchmarked against industry standards for military installations. General industry benchmarks for facilities management can range widely, from $2 to $10+ per square foot annually, depending on the type of facility, services included (e.g., janitorial, HVAC, groundskeeping, minor repairs), and geographic location. For a naval installation, which often has specialized requirements and security protocols, the cost might lean towards the higher end of this spectrum. Comparing the calculated cost per square foot to similar naval bases would offer a more precise value assessment.

What specific performance metrics are tracked for this facilities support contract?

While the specific performance metrics are not detailed in the provided data, facilities support contracts for naval installations typically include Key Performance Indicators (KPIs) outlined in the Performance Work Statement (PWS). These often cover areas such as response times for service requests (e.g., work order completion rates for routine maintenance, emergency repairs), preventative maintenance completion percentages, customer satisfaction scores (from base personnel), safety incident rates, and compliance with environmental regulations. The contractor's performance is usually evaluated regularly, and meeting or exceeding these KPIs is critical for continued contract success and potential future awards. Failure to meet performance standards can lead to contract deficiencies or penalties.

What is the track record of Vectrus-J&J Facilities Support, LLC with similar government contracts?

Vectrus-J&J Facilities Support, LLC, as a contractor, likely has a history of performing similar facilities support services for government entities, including the Department of Defense. A review of federal contract databases (like SAM.gov or FPDS) would reveal their past performance, including the types of services rendered, contract values, agencies served, and any reported performance issues or awards. Companies like Vectrus often specialize in large-scale base operations and facilities management, suggesting they possess the experience and resources necessary for this type of contract. Assessing their past performance on comparable contracts is crucial for understanding their reliability and capability in fulfilling the requirements at Naval Support Activity Annapolis.

Are there any known risks associated with the transition or continuation of services under this contract?

Potential risks associated with this contract continuation include contractor performance issues, such as failure to meet service level agreements or maintain infrastructure adequately. Another risk could be unforeseen cost increases if the firm-fixed-price contract doesn't fully account for inflation or unexpected maintenance needs, although the option period structure aims to mitigate this. Dependence on a single contractor for critical base operations also presents a risk; if the contractor experiences financial difficulties or operational failures, it could disrupt base functions. Furthermore, changes in military requirements or base operations could necessitate contract modifications, introducing complexity and potential cost adjustments. Thorough oversight and clear communication channels 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: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2424 GARDEN OF THE GODS RD STE 300, COLORADO SPRINGS, CO, 80919

Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $18,902,070

Exercised Options: $18,902,070

Current Obligation: $18,902,070

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: N6247020D0011

IDV Type: IDC

Timeline

Start Date: 2025-06-03

Current End Date: 2026-05-31

Potential End Date: 2026-05-31 00:00:00

Last Modified: 2026-01-22

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending