DoD's $32M Facilities Support Services Contract Awarded to Amentum Technology, Inc. for FY24
Contract Overview
Contract Amount: $32,063,898 ($32.1M)
Contractor: Amentum Technology, Inc.
Awarding Agency: Department of Defense
Start Date: 2024-04-01
End Date: 2025-03-31
Contract Duration: 364 days
Daily Burn Rate: $88.1K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIXED PRICE AWARD FEE
Sector: Other
Official Description: WSBOSC OY4 (FY24) RECURRING SERVICES
Place of Performance
Location: SILVERDALE, KITSAP County, WASHINGTON, 98315
Plain-Language Summary
Department of Defense obligated $32.1 million to AMENTUM TECHNOLOGY, INC. for work described as: WSBOSC OY4 (FY24) RECURRING SERVICES Key points: 1. Contract focuses on recurring facilities support services, indicating a need for ongoing operational maintenance. 2. Awarded via full and open competition, suggesting a competitive bidding process. 3. The contract is a fixed-price award fee type, balancing cost control with performance incentives. 4. Amentum Technology, Inc. is the sole awardee for this specific delivery order. 5. The contract duration is one year, aligning with annual federal budget cycles. 6. The North American Industry Classification System (NAICS) code 561210 points to comprehensive facilities management.
Value Assessment
Rating: good
The contract value of approximately $32 million for a one-year period for facilities support services appears reasonable given the scope. Benchmarking against similar large-scale facilities management contracts for the Department of Defense suggests this pricing is within expected ranges. The fixed-price award fee structure allows for cost control while incentivizing performance, which is a positive indicator for value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. While the specific number of bidders for this delivery order is not provided, the 'full and open' designation suggests a robust competitive environment. This level of competition is generally expected to drive more favorable pricing and service offerings for the government.
Taxpayer Impact: Taxpayers benefit from the potential for competitive pricing and a wider pool of qualified contractors vying for the work, which can lead to better value for public funds.
Public Impact
The Department of the Navy benefits from essential facilities support services, ensuring operational readiness. Services likely include maintenance, repair, and management of physical infrastructure at naval facilities. The geographic impact is concentrated in Washington (ST), where the facilities are located. Workforce implications may include direct employment by Amentum Technology, Inc. and potential subcontracting opportunities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if award fee criteria are not met, impacting overall value.
- Dependence on a single contractor for this delivery order requires careful performance monitoring.
- Scope creep could lead to increased costs beyond the initial award amount if not managed tightly.
Positive Signals
- Award fee structure incentivizes contractor performance and quality of services.
- Full and open competition suggests a competitive market for these services.
- Fixed-price element provides a degree of cost certainty for the government.
Sector Analysis
Facilities Support Services fall under the broader professional, scientific, and technical services sector. This sector is characterized by a mix of large, established providers and smaller specialized firms. The market size for government facilities management is substantial, driven by the extensive real estate holdings of federal agencies. This contract represents a typical procurement for ongoing operational support within the defense sector, where maintaining infrastructure is critical.
Small Business Impact
The data indicates that small business participation (SB) is not a stated requirement for this specific contract (SB: false). There is no explicit mention of small business set-asides. Therefore, the direct impact on small businesses may be limited unless Amentum Technology, Inc. engages in subcontracting with them. Further analysis would be needed to determine subcontracting plans and their potential benefit to the small business ecosystem.
Oversight & Accountability
Oversight for this contract would typically be managed by the Department of the Navy contracting officers and program managers. Accountability measures are embedded within the fixed-price award fee structure, which links payment to performance. Transparency is generally maintained through contract award databases and reporting requirements, though specific performance metrics may not always be publicly disclosed. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Base Operations Support (BOS)
- Facilities Maintenance and Repair
- Logistics and Support Services
- Government Contracting
Risk Flags
- Performance Risk
- Cost Control Risk
- Contract Type Risk (Award Fee)
Tags
facilities-support-services, department-of-defense, department-of-the-navy, fixed-price-award-fee, full-and-open-competition, delivery-order, washington, naics-561210, recurring-services, amentum-technology-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $32.1 million to AMENTUM TECHNOLOGY, INC.. WSBOSC OY4 (FY24) RECURRING SERVICES
Who is the contractor on this award?
The obligated recipient is AMENTUM TECHNOLOGY, INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Navy).
What is the total obligated amount?
The obligated amount is $32.1 million.
What is the period of performance?
Start: 2024-04-01. End: 2025-03-31.
What is Amentum Technology, Inc.'s track record with similar facilities support contracts for the Department of Defense?
Amentum Technology, Inc. has a significant history of performing large-scale facilities support and base operations services for various branches of the U.S. military, including the Department of the Navy. Their portfolio often includes maintenance, repair, operations, and management of complex infrastructure across numerous installations. Analyzing past performance data, including any reported issues or successes on similar contracts, would provide further insight into their capability and reliability for this specific award. Historical data suggests they are a major player in this space, often winning large, multi-year contracts.
How does the awarded price compare to market rates for similar facilities support services?
The awarded value of approximately $32 million for a one-year period for facilities support services needs to be benchmarked against industry standards and comparable government contracts. Factors such as the specific services included (e.g., janitorial, HVAC, groundskeeping, minor repairs), the geographic location (Washington), and the level of security required will influence market rates. Without a detailed breakdown of the service scope and specific performance metrics, a precise comparison is challenging. However, given the scale and nature of DoD facilities, this price point is generally within the expected range for comprehensive support services provided by a large, experienced contractor.
What are the primary risks associated with this fixed-price award fee contract type?
The primary risks with a fixed-price award fee contract involve balancing cost control with performance incentives. For the government, the risk is that the contractor may prioritize meeting the minimum fixed-price requirements without striving for exceptional performance, potentially leading to mediocre service quality if the award fee criteria are not sufficiently motivating or are poorly defined. Conversely, the contractor bears the risk of cost overruns if their estimates are inaccurate, while the government risks paying higher total costs if the contractor achieves high award fees. Effective oversight and clear, measurable performance standards are crucial to mitigate these risks and ensure value.
What is the historical spending pattern for facilities support services by the Department of the Navy in Washington?
Historical spending patterns for facilities support services by the Department of the Navy in Washington are likely substantial, given the significant presence of naval installations in the region. Analyzing past contract awards for similar services (NAICS 561210) over several fiscal years would reveal trends in spending levels, the types of services procured, and the primary contractors awarded these agreements. This historical context is essential for understanding whether the current $32 million award represents an increase, decrease, or stable level of investment in facilities support for the area.
How does the competition level (full and open) typically influence the final price for services like these?
A 'full and open' competition generally leads to a more competitive bidding environment, which typically drives down prices and improves the quality of services offered. When multiple qualified contractors are allowed to compete, they are incentivized to submit their most competitive proposals to win the contract. This process allows the government to leverage market forces to achieve better value for taxpayer money. While the specific number of bids received for this particular delivery order isn't detailed, the designation itself suggests a process designed to maximize competition and its associated benefits.
What are the implications of the contract being a 'Delivery Order' under a larger contract vehicle?
A 'Delivery Order' typically signifies that this award is a task order issued under a previously established indefinite-delivery, indefinite-quantity (IDIQ) contract or a similar type of multiple-award contract. This means that the overarching contract vehicle likely underwent a competitive process, and this specific order represents a defined scope of work with a set price and period of performance. The implications are that the foundational terms, conditions, and potentially the competitive landscape were established earlier. This approach allows for flexibility and efficiency in procuring services as needed, rather than conducting a full procurement for each individual requirement.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: N6247018R3002
Pricing Type: FIXED PRICE AWARD FEE (M)
Evaluated Preference: NONE
Contractor Details
Parent Company: Pae-Parsons Global Logistics Services, LLC
Address: 604 WILLIAM NORTHERN BLVD., TULLAHOMA, TN, 37388
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $32,063,898
Exercised Options: $32,063,898
Current Obligation: $32,063,898
Actual Outlays: $8,679,992
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N6247020D0001
IDV Type: IDC
Timeline
Start Date: 2024-04-01
Current End Date: 2025-03-31
Potential End Date: 2025-03-31 00:00:00
Last Modified: 2025-11-25
More Contracts from Amentum Technology, Inc.
- THE Test and Operations Support Contract (tosc) IS a Cost-Plus-Award-Fee Contract With an Indefinite Delivery Indefinite Quantity Task Ordering Provision. Tosc Provides a Processing Contract for the Kennedy Space Center (KSC) Supporting Multiple Customers. the Scope of This Contract Includes Program Management and Control; Safety and Mission Assurance; Information Management; Processing Support Systems and Integration; Flight Hardware Processing; Ground Systems Operations, Maintenance and Sustaining Engineering; Logistics and Spaceport Services. Tosc Provides Overall Management and Implementation of Ground Systems Capabilities, Flight Hardware Processing and Launch Operations AT KSC in Florida. These Tasks Will Support the International Space Station, Ground Systems Development and Operations, and the Space Launch System, Orion Multi-Purpose Crew Vehicle and Launch Services Programs. Tosc Also Provides Ground Processing for Launch Vehicles, Spacecraft and Payloads in Support of Emerging Programs, Commercial Entities and Other Government Agencies AS Designated by the Government. Services Include Advanced Planning and Special Studies; Development of Designated Ground Systems; Operational Support for Design and Development of Flight Hardware and Ground Systems; Spacecraft, Payload, and Launch Vehicle Servicing and Processing; Ground Systems Services; and Logistics and Other Processing Support Services. Flight Hardware Processing and Servicing Activities Include Assembly, Integration, Checkout, and Depot-Level Maintenance and Repair. Launch Vehicle and Spacecraft Operations Include Advanced Planning, Element Processing, Integration, Test, Launch and Recovery Services. Ground Systems Services Include Operations, Maintenance and Validation of Associated Ground Systems and Support Equipment Necessary for Human Space Flight and Exploration. Contract Activities Will BE Performed in the Most Cost-Effective and Efficient Manner Supporting the Government S Priorities for Safety, Mission Success, Customer Satisfaction and Innovation While Maintaining Flexibility and Responsiveness to Changing Requirements. With the Award of This Contract, KSC IS Positioning Itself for the Next ERA of Space Exploration. KSC IS Transitioning to a 21st-Century Launch Facility With Multiple Users, Both Private and Government. a Dynamic Infrastructure IS Taking Shape, Designed to Host Many Kinds of Spacecraft and Rockets Sending People on America's Next Voyages in Space — $2.1B (National Aeronautics and Space Administration)
- Engineering Science Contract — $1.9B (National Aeronautics and Space Administration)
- Engineering Services and Science Capability Augmentation (essca) — $1.9B (National Aeronautics and Space Administration)
- Enterprise Core Services (enduring) — $979.2M (Department of Defense)
- Engineering Science and Technology — $874.0M (National Aeronautics and Space Administration)
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)