DoD's $31.7M Facilities Support Services Contract Awarded to Amentum Technology, Inc. for Option Year Five

Contract Overview

Contract Amount: $31,738,971 ($31.7M)

Contractor: Amentum Technology, Inc.

Awarding Agency: Department of Defense

Start Date: 2025-04-01

End Date: 2026-03-31

Contract Duration: 364 days

Daily Burn Rate: $87.2K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIXED PRICE AWARD FEE

Sector: Other

Official Description: OPTION YEAR FIVE RECURRING WORK

Place of Performance

Location: SILVERDALE, KITSAP County, WASHINGTON, 98315

State: Washington Government Spending

Plain-Language Summary

Department of Defense obligated $31.7 million to AMENTUM TECHNOLOGY, INC. for work described as: OPTION YEAR FIVE RECURRING WORK Key points: 1. This contract represents recurring work for facilities support services, indicating ongoing operational needs. 2. The fixed-price award fee structure suggests incentives for performance and cost control. 3. Competition was full and open, implying a robust bidding process and potential for competitive pricing. 4. The contract is for one year, suggesting a need for flexibility in long-term facility management. 5. The award is a delivery order under a larger contract vehicle, common for task-specific requirements. 6. The North American Industry Classification System (NAICS) code 561210 points to comprehensive facilities management.

Value Assessment

Rating: good

Benchmarking the $31.7 million value for this single year of facilities support services requires access to comparable contracts for similar scope and scale within the Department of Defense. However, the fixed-price award fee structure is a positive sign, as it aims to align contractor incentives with government objectives for both performance and cost efficiency. The award amount appears reasonable for comprehensive facilities support, but a definitive value-for-money assessment would necessitate detailed cost breakdowns and comparisons to industry benchmarks for similar services.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under a full and open competition, indicating that all responsible sources were permitted to submit bids. The specific number of bidders is not provided, but full and open competition generally fosters a competitive environment, which can lead to better pricing and service offerings for the government. This approach maximizes the opportunity for the government to select the most capable and cost-effective solution.

Taxpayer Impact: A full and open competition ensures that taxpayer dollars are used efficiently by leveraging market forces to drive down costs and improve service quality.

Public Impact

The Department of the Navy benefits from consistent and reliable facilities support services, ensuring operational readiness. This contract supports essential services that maintain the functionality and safety of naval facilities. The geographic impact is concentrated in Washington (WA), where the facilities are located. Workforce implications include the potential for direct and indirect employment opportunities related to facilities management and maintenance.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of specific performance metrics in the provided data makes it difficult to assess the quality of services delivered.
  • The fixed-price award fee structure, while incentivizing, can sometimes lead to disputes over performance evaluations and fee allocation.
  • The duration of this option year is one year, which might limit long-term strategic planning for facility improvements.

Positive Signals

  • Awarded under full and open competition, suggesting a competitive process that likely yielded a fair price.
  • The recurring nature of the work indicates a stable, ongoing requirement that the contractor is fulfilling.
  • The fixed-price award fee structure aims to ensure performance standards are met while managing costs.

Sector Analysis

Facilities Support Services, categorized under NAICS code 561210, is a significant sector within the broader professional, scientific, and technical services industry. This sector encompasses a wide range of services including building operation and maintenance, janitorial services, and groundskeeping. Government contracts in this area are substantial due to the extensive real estate holdings of federal agencies. Comparable spending benchmarks would typically involve analyzing the total federal expenditure on facilities management across different agencies and contract types.

Small Business Impact

The provided data indicates that small business participation (ss: false, sb: false) was not a specific set-aside requirement for this particular delivery order. Therefore, the direct impact on small businesses through set-asides is likely minimal for this specific award. However, the prime contractor, Amentum Technology, Inc., may engage small businesses as subcontractors to fulfill certain aspects of the facilities support services, contributing indirectly to the small business ecosystem.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the contract administration office within the Department of the Navy. Performance monitoring is crucial, especially with an award fee component, to ensure services meet or exceed requirements. Transparency is generally maintained through contract databases and reporting requirements. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

  • Facilities Maintenance and Repair Services
  • Base Operations Support (BOS)
  • Logistics and Support Services
  • Government Property Management

Risk Flags

  • Performance Risk: Ensuring consistent delivery of high-quality facilities support services.
  • Cost Control Risk: Managing costs within the fixed-price structure, especially with award fee incentives.
  • Personnel Security Risk: Ensuring all contractor personnel meet required security clearances.
  • Operational Disruption Risk: Minimizing impact on base operations due to service failures.

Tags

facilities-support, department-of-defense, department-of-the-navy, fixed-price-award-fee, full-and-open-competition, recurring-work, option-year, delivery-order, washington, naics-561210, amentum-technology-inc

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $31.7 million to AMENTUM TECHNOLOGY, INC.. OPTION YEAR FIVE RECURRING WORK

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 $31.7 million.

What is the period of performance?

Start: 2025-04-01. End: 2026-03-31.

What is Amentum Technology, Inc.'s track record with similar facilities support contracts for the Department of the Navy or other federal agencies?

Amentum Technology, Inc. has a significant history of performing facilities support and base operations services for various government agencies, including the Department of Defense. Their portfolio often includes large-scale contracts involving maintenance, repair, operations, and management of complex facilities. Analyzing their past performance on similar contracts, particularly those with fixed-price award fee structures, would reveal their ability to meet performance standards and manage costs effectively. Past performance reviews, contract award histories, and any reported disputes or corrective actions would provide a comprehensive understanding of their reliability and expertise in this domain. Specific data on their performance metrics, customer satisfaction ratings, and any awards or commendations received for similar services would further illuminate their capabilities.

How does the $31.7 million cost for one year of facilities support services compare to industry benchmarks for similar government contracts?

The $31.7 million cost for one year of facilities support services represents a substantial investment. To benchmark this value effectively, one would need to compare it against contracts of similar scope, scale, and complexity awarded to other entities by the Department of Defense or other federal agencies. Key factors for comparison include the square footage of facilities managed, the range of services provided (e.g., HVAC, electrical, plumbing, janitorial, groundskeeping), geographic location, and the specific performance standards required. Without these granular details, a precise comparison is challenging. However, given the extensive nature of facilities support for military installations, this figure is not inherently unreasonable, but a detailed cost-benefit analysis and comparison with peer contracts would be necessary for a definitive value assessment.

What are the primary risks associated with this contract, and what mitigation strategies are likely in place?

Primary risks for this facilities support contract include potential performance deficiencies (e.g., missed maintenance schedules, inadequate repair quality), cost overruns if the fixed-price structure is not managed effectively, and potential disruptions to essential base operations. Risks also exist around contractor personnel availability and security clearances. Mitigation strategies likely involve robust government oversight, including regular performance evaluations, site inspections, and clear communication channels. The award fee structure itself acts as a mitigation tool by incentivizing the contractor to meet or exceed performance standards. Contractual clauses addressing service level agreements, penalties for non-performance, and contingency planning for critical services would also be in place to manage these risks.

How effective is the fixed-price award fee (FPAF) contract type in ensuring program effectiveness for facilities support services?

The Fixed-Price Award Fee (FPAF) contract type aims to balance cost control with performance incentives, making it a potentially effective structure for facilities support services. The fixed-price element provides cost certainty for the government, while the award fee component incentivizes the contractor to achieve specific performance targets and deliver high-quality services. For facilities support, this can encourage proactive maintenance, timely repairs, and efficient operations. The effectiveness hinges on the clarity and measurability of the performance criteria used to determine the award fee. If these criteria are well-defined and rigorously assessed, FPAF can drive contractor performance and ensure the program's objectives are met. However, poorly defined criteria or subjective evaluations can lead to disputes and undermine effectiveness.

What are the historical spending patterns for facilities support services at this specific naval installation or within the broader Navy command?

Analyzing historical spending patterns for facilities support services at this specific naval installation or within the broader Navy command is crucial for understanding trends, identifying potential cost efficiencies, and assessing the long-term investment in facility management. This would involve examining spending data over several fiscal years, looking at the total amounts obligated, the types of services procured, and the contractors utilized. Significant year-over-year increases or decreases, shifts in service providers, or changes in contract types could indicate evolving needs, budget fluctuations, or strategic adjustments in facility management. Understanding these patterns provides context for the current $31.7 million award and helps determine if current spending aligns with historical norms or represents a significant deviation.

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

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: $31,702,743

Exercised Options: $31,702,743

Current Obligation: $31,738,971

Actual Outlays: $27,971

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: 2025-04-01

Current End Date: 2026-03-31

Potential End Date: 2026-03-31 00:00:00

Last Modified: 2026-01-14

More Contracts from Amentum Technology, Inc.

View all Amentum Technology, Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending