DoD's $4.8M MCAS Miramar Facilities Support Contract Awarded to Claxton/LTS JV, LLC
Contract Overview
Contract Amount: $4,811,842 ($4.8M)
Contractor: Claxton/Lts JV, LLC
Awarding Agency: Department of Defense
Start Date: 2021-09-01
End Date: 2026-06-30
Contract Duration: 1,763 days
Daily Burn Rate: $2.7K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: AWARD MCAS SEED PROJECT
Place of Performance
Location: CAMP PENDLETON, SAN DIEGO County, CALIFORNIA, 92055
Plain-Language Summary
Department of Defense obligated $4.8 million to CLAXTON/LTS JV, LLC for work described as: AWARD MCAS SEED PROJECT Key points: 1. Value for money appears reasonable given the scope of facilities support services. 2. The contract was awarded under full and open competition after exclusion of sources, indicating a competitive process. 3. Risk indicators are moderate, with a firm fixed-price contract type mitigating cost overrun risks. 4. Performance context is a multi-year facilities support services contract for a significant military installation. 5. Sector positioning is within Defense facilities support, a critical component of military base operations.
Value Assessment
Rating: good
The award amount of $4.81 million for facilities support services over approximately five years appears to be within a reasonable range for a contract of this nature. Benchmarking against similar facilities support contracts for military installations of comparable size and scope would provide a more precise value assessment. The firm fixed-price contract type suggests that the government has locked in a price, which can be advantageous if costs are managed effectively by the contractor. However, without detailed breakdowns of the services provided and their associated costs, a definitive value-for-money judgment is challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' which implies that the solicitation was broadly advertised, but specific sources were excluded for defined reasons. The presence of 5 bidders suggests a healthy level of competition for this requirement. A competitive process generally leads to better price discovery and potentially more favorable terms for the government. The exclusion of sources, if justified and documented, should not significantly hinder competition.
Taxpayer Impact: The competitive nature of this award is beneficial for taxpayers, as it likely drove down the price and ensured the government received competitive offers for essential facilities support services.
Public Impact
The primary beneficiaries are the Department of the Navy and the personnel stationed at Marine Corps Air Station (MCAS) Miramar, who will receive essential facilities support. Services delivered include a broad range of facilities maintenance and support functions crucial for the operational readiness of the air station. The geographic impact is concentrated at MCAS Miramar in California, ensuring the smooth functioning of this key military installation. Workforce implications include the creation or sustainment of jobs for the contractor's employees providing these services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if not clearly defined in the contract.
- Reliance on a single contractor for critical facilities support could pose a risk if performance issues arise.
- Ensuring consistent service quality across the contract duration requires robust oversight.
Positive Signals
- Firm fixed-price contract type helps control costs.
- Awarded after full and open competition, suggesting a competitive market.
- Contract duration of nearly five years provides stability for service delivery.
Sector Analysis
The defense facilities support sector is a significant market within the broader facilities management industry. This contract falls under the category of base operations support, which is critical for maintaining military installations. Spending in this sector is driven by the need for operational readiness and infrastructure maintenance across various branches of the armed forces. Comparable spending benchmarks would involve analyzing other large-scale facilities support contracts awarded to private entities for military bases.
Small Business Impact
The data indicates that this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, the primary contractor, Claxton/LTS JV, LLC, is likely a larger entity or a joint venture. There is no explicit information regarding subcontracting plans for small businesses. The impact on the small business ecosystem would depend on whether the prime contractor actively seeks to subcontract portions of the work to small businesses, which is not detailed in the provided data.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer's representative (COR) and the contracting officer within the Department of the Navy. Accountability measures are embedded in the contract terms, including performance standards and the firm fixed-price structure. Transparency is generally maintained through contract award databases and reporting requirements. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Base Operations Support Services
- Facilities Maintenance Contracts
- Department of Defense Construction and Engineering
- Military Housing Support
- Logistics and Base Services
Risk Flags
- Potential for performance issues if contractor capabilities are overestimated.
- Risk associated with the 'exclusion of sources' if not adequately justified.
- Dependency on contractor for critical base operations.
Tags
defense, department-of-the-navy, facilities-support-services, full-and-open-competition, firm-fixed-price, california, mc-as-miramar, large-contract, service-contract, base-operations
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $4.8 million to CLAXTON/LTS JV, LLC. AWARD MCAS SEED PROJECT
Who is the contractor on this award?
The obligated recipient is CLAXTON/LTS JV, 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 $4.8 million.
What is the period of performance?
Start: 2021-09-01. End: 2026-06-30.
What is the specific breakdown of facilities support services included in this contract?
The provided data identifies the North American Industry Classification System (NAICS) code as 561210 for Facilities Support Services. While the contract title is 'AWARD MCAS SEED PROJECT,' and the awarding agency is the Department of the Navy, specific service details are not enumerated in the abbreviated data. Typically, facilities support services at a military installation like MCAS Miramar encompass a wide range of functions including, but not limited to, grounds maintenance, custodial services, pest control, refuse collection, facility repair and maintenance (HVAC, electrical, plumbing), and potentially minor construction or renovation support. A comprehensive understanding would require reviewing the full contract statement of work (SOW).
How does the awarded amount of $4.81 million compare to historical spending on similar facilities support at MCAS Miramar?
To accurately compare this award to historical spending at MCAS Miramar, one would need access to historical contract data for facilities support services at that specific installation. The provided data indicates an award amount of $4.81 million with an estimated completion date of June 30, 2026, suggesting a duration of approximately five years. If this represents a new contract or a renewal, comparing its total value and annual average to previous contracts for similar services would reveal trends in spending. Without that historical context, it's difficult to ascertain if this award represents an increase, decrease, or stable level of investment in facilities support for the base.
What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this contract?
The provided data does not explicitly list the Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. However, for a facilities support services contract of this magnitude and duration, it is standard practice to include detailed performance metrics. These would likely cover aspects such as response times for service requests, quality of maintenance and repair work, cleanliness standards, groundskeeping effectiveness, and adherence to safety protocols. The contracting officer's representative (COR) would monitor these KPIs/SLAs, and performance would be formally evaluated, potentially impacting future contract awards or contractor payment.
What is the track record of Claxton/LTS JV, LLC in performing similar government contracts?
Information regarding the specific track record of Claxton/LTS JV, LLC for government contracts is not detailed in the provided data. To assess their past performance, one would typically consult resources like the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS). These systems often contain performance evaluations from previous government contracts, highlighting strengths, weaknesses, and any areas of concern. A review of their past performance would be crucial in understanding their reliability, quality of service, and ability to manage complex facilities support requirements.
What is the potential impact of the 'exclusion of sources' clause on the overall competitiveness and cost-effectiveness?
The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' clause indicates that while the competition was intended to be broad, certain potential offerors were deliberately excluded. The impact on competitiveness and cost-effectiveness hinges entirely on the justification for these exclusions. If the exclusions were based on legitimate, well-documented reasons (e.g., lack of specific capability, security requirements, past performance issues), then the remaining competition among qualified bidders could still be robust and lead to fair pricing. However, if the exclusions were arbitrary or improperly justified, it could artificially limit competition, potentially leading to higher costs for the government and taxpayers.
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 AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: N6247321R0020
Offers Received: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 400 CORPORATE DR STE 201, STAFFORD, VA, 22554
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, SBA Certified 8 a Joint Venture, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $5,202,297
Exercised Options: $5,202,297
Current Obligation: $4,811,842
Actual Outlays: $2,088,728
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N6247321D3603
IDV Type: IDC
Timeline
Start Date: 2021-09-01
Current End Date: 2026-06-30
Potential End Date: 2026-06-30 00:00:00
Last Modified: 2026-01-08
More Contracts from Claxton/Lts JV, LLC
- Contractor to Provide Janitorial and Landscaping Services AT Multiple FAA Facilities Located in Houston and Louisiana. Services MAY Include Level 2 SOW Cleaning — $6.9M (Department of Transportation)
- Janitorial Services for the Salt Lake City (SLC) AIR Traffic Control Tower (atct) and the AIR Route Traffic Control Center (artcc) Compound Including Child Care Facility. Base Plus 4 Option Years. Total Period of P — $3.6M (Department of Transportation)
- Title: Replace AIR Cooled Chiller. Location: Alto LEE Adams US Courthouse 101 US HWY 1 North Fort Pierce, FL 34950 — $249.8K (General Services Administration)
- Title: Replacement of VFD for AHU #2. Location: Claude Pepper Federal Courthouse 51 SW 1ST Avenue Miami, FL 33130 — $42.9K (General Services Administration)
- TIE in 15TH & 16TH Floor Fire Alarm Devices to 9TH Floor Panel AT the Claude Pepper Federal Building 51 SW 1ST AVE Miami FL 33130 — $30.7K (General Services 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)