DoD's $10.8M Facilities Support Contract for Jacksonville FRCSE Awarded to Prolog, Inc
Contract Overview
Contract Amount: $10,849,378 ($10.8M)
Contractor: Prolog, Inc.
Awarding Agency: Department of Defense
Start Date: 2022-04-21
End Date: 2023-04-20
Contract Duration: 364 days
Daily Burn Rate: $29.8K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: PSS SUPPORT SERVICES FOR FRCSE JACKSONVILLE
Place of Performance
Location: JACKSONVILLE, DUVAL County, FLORIDA, 32212
State: Florida Government Spending
Plain-Language Summary
Department of Defense obligated $10.8 million to PROLOG, INC. for work described as: PSS SUPPORT SERVICES FOR FRCSE JACKSONVILLE Key points: 1. Contract awarded via full and open competition after exclusion of sources, indicating a competitive process. 2. The contract type is Cost Plus Fixed Fee, which can lead to cost overruns if not managed carefully. 3. Performance period is 364 days, suggesting a focus on immediate operational needs. 4. The contract is for facilities support services, a critical but often complex area of government operations. 5. The award amount of $10.8M falls within a moderate spending range for such services. 6. The contractor, Prolog, Inc., is responsible for delivering these essential support services.
Value Assessment
Rating: fair
Benchmarking this contract's value is challenging without specific performance metrics or detailed cost breakdowns. However, the Cost Plus Fixed Fee (CPFF) structure requires careful oversight to ensure value for money, as it incentivizes cost incurrence. Compared to similar facilities support contracts, the $10.8M award for a one-year duration appears within a typical range, but the efficiency and effectiveness of the services rendered will ultimately determine the true value. The fixed fee component provides some cost certainty for the government, but the variable cost component necessitates diligent monitoring.
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.' This indicates that while the competition was intended to be broad, certain sources were excluded prior to the solicitation. The specific reasons for exclusion are not detailed here, but it suggests a potentially narrowed field of bidders compared to a truly unrestricted full and open competition. The number of bidders is not specified, which limits a full assessment of price discovery and competitive pressure.
Taxpayer Impact: The use of 'Full and Open Competition After Exclusion of Sources' suggests an effort to ensure a competitive environment, which generally benefits taxpayers by promoting more favorable pricing. However, the exclusion of certain sources could potentially limit the most competitive offers.
Public Impact
The primary beneficiaries are the personnel and operations at the Fleet Readiness Center Southeast (FRCSE) in Jacksonville, Florida, who rely on these facilities support services. Services delivered include essential functions that maintain the operational readiness and infrastructure of the naval facility. The geographic impact is concentrated in Jacksonville, Florida, supporting a key naval installation. The contract supports the workforce involved in facilities management and maintenance at FRCSE Jacksonville.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee (CPFF) contract type can incentivize higher spending if not rigorously managed.
- The 'after exclusion of sources' clause in the competition type warrants further investigation into the rationale for exclusions.
- Lack of specific performance metrics makes it difficult to assess the efficiency and effectiveness of the services provided.
- The contract duration of one year may indicate a need for ongoing re-competition, potentially increasing administrative burden.
Positive Signals
- Awarded through a competitive process, aiming for better pricing and service.
- The contractor, Prolog, Inc., is tasked with providing essential support services, contributing to operational readiness.
- The fixed fee component of the CPFF contract provides a degree of cost predictability for the government.
Sector Analysis
Facilities Support Services fall under the broader Professional, Scientific, and Technical Services sector. This sector is characterized by a wide range of specialized services essential for government operations, including maintenance, repair, and management of physical infrastructure. The market size for federal facilities support services is substantial, with numerous contracts awarded annually across various agencies. This specific contract for FRCSE Jacksonville represents a localized but critical component of the Navy's infrastructure maintenance strategy, aligning with broader government efforts to ensure efficient and effective facility operations.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific benefits for small businesses mandated by this award. The focus is on the prime contractor's ability to deliver the required services. The absence of small business set-asides means that larger, established firms are likely competing for and performing these types of contracts.
Oversight & Accountability
Oversight for this contract would typically be managed by the Department of the Navy contracting officers and program managers responsible for FRCSE Jacksonville. Accountability measures are embedded within the Cost Plus Fixed Fee contract structure, requiring detailed reporting on costs and performance. Transparency is facilitated through contract award databases, though specific performance details may be less public. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse related to the contract.
Related Government Programs
- Naval Facilities Engineering Command (NAVFAC) Contracts
- Department of Defense Facilities Maintenance
- Fleet Readiness Center (FRC) Operations Support
- Base Operations Support Services
- Government Facilities Management Contracts
Risk Flags
- Potential for cost overruns due to CPFF structure.
- Limited transparency on specific performance metrics.
- Rationale for 'exclusion of sources' in competition needs clarification.
- Dependence on contractor performance for critical facility operations.
Tags
defense, department-of-defense, department-of-the-navy, facilities-support-services, cost-plus-fixed-fee, full-and-open-competition, jacksonville, florida, delivery-order, facilities-management, operational-readiness, prolog-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $10.8 million to PROLOG, INC.. PSS SUPPORT SERVICES FOR FRCSE JACKSONVILLE
Who is the contractor on this award?
The obligated recipient is PROLOG, 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 $10.8 million.
What is the period of performance?
Start: 2022-04-21. End: 2023-04-20.
What is Prolog, Inc.'s track record with similar federal contracts, particularly in facilities support?
Prolog, Inc. has a history of performing various service contracts for the federal government. While specific details on their performance for this particular $10.8M facilities support contract at FRCSE Jacksonville are not provided in the summary data, their past performance on similar contracts would be a key factor in the award decision. Agencies typically review a contractor's past performance evaluations, including CPARS (Contractor Performance Assessment Reporting System) reports, to gauge their reliability, quality of work, and adherence to schedule and budget on previous projects. A review of Prolog, Inc.'s broader contract history would reveal their experience in managing complex facilities support operations, their ability to meet performance standards, and any history of disputes or contract terminations, all of which are critical indicators of their capability to successfully execute this current contract.
How does the Cost Plus Fixed Fee (CPFF) structure compare to other contract types for facilities support services in terms of value for money?
The Cost Plus Fixed Fee (CPFF) contract type is often used when the scope of work is not precisely defined or when there is uncertainty about the costs involved, which can be common in facilities support. In a CPFF contract, the government reimburses the contractor for allowable costs and pays a predetermined fixed fee. This structure provides some cost certainty regarding the fee but allows for variability in the total cost based on actual expenses. Compared to Firm-Fixed-Price (FFP) contracts, CPFF offers more flexibility but carries a higher risk of cost overruns if not managed diligently, as the contractor is incentivized to incur costs to perform the work. Best Value Trade-off procurements might weigh factors beyond price, but for pure cost-effectiveness, FFP contracts are generally preferred when requirements are well-defined. The value for money with CPFF hinges heavily on robust government oversight to control costs and ensure efficiency.
What are the primary risks associated with this specific contract, and how are they mitigated?
The primary risks associated with this facilities support contract include potential cost overruns due to the CPFF structure, performance deficiencies in delivering essential services, and potential disruptions to FRCSE Jacksonville's operations. Mitigation strategies are likely embedded within the contract's terms and oversight mechanisms. The fixed fee component provides a ceiling on the contractor's profit, offering some cost control. Performance standards and key performance indicators (KPIs) would be established to measure service quality, with potential penalties or remedies for non-performance. The 'Full and Open Competition After Exclusion of Sources' clause, while competitive, also introduces a risk if the exclusion criteria were not fully justified or led to a less competitive outcome than intended. Diligent contract administration, regular performance reviews, and proactive communication between the government and Prolog, Inc. are crucial for mitigating these risks.
What is the historical spending trend for facilities support services at FRCSE Jacksonville or similar naval facilities?
Historical spending trends for facilities support services at FRCSE Jacksonville or similar naval facilities can vary significantly based on the scope of services, facility size, age, and specific operational requirements. Generally, facilities support is a recurring and substantial cost for military installations. Annual spending can range from several million to tens of millions of dollars, depending on the complexity of the base and the services included (e.g., maintenance, repairs, groundskeeping, custodial services, utilities management). Contracts like this $10.8M award for a one-year period represent a snapshot of this ongoing expenditure. Analyzing past contracts awarded by NAVFAC or other Navy commands for similar services would reveal patterns in contract values, durations, and contractor performance over time, providing context for the current award's value and potential future spending needs.
How does the exclusion of sources in the competition process impact potential savings for taxpayers?
The exclusion of sources in a 'Full and Open Competition After Exclusion of Sources' process can potentially limit the number of bidders, thereby reducing the competitive pressure on pricing. If highly capable and cost-competitive vendors were excluded without a clear, justifiable rationale, taxpayers might miss out on potentially lower prices or more innovative solutions that these excluded vendors could have offered. While the remaining competition might still yield a reasonable price, it is inherently less likely to achieve the absolute lowest cost compared to a scenario where all qualified sources were permitted to bid. The justification for excluding sources is critical; if based on specific technical requirements or past performance issues, it might be warranted. However, if arbitrary, it represents a missed opportunity for maximizing taxpayer value.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: OPERATION OF GOVT OWNED FACILITY › OPERATE GOVT OWNED BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: N6134020R0020
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 5250 CHALLEDON DR # 100, VIRGINIA BEACH, VA, 23462
Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, 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: $10,849,378
Exercised Options: $10,849,378
Current Obligation: $10,849,378
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N6134021D0017
IDV Type: IDC
Timeline
Start Date: 2022-04-21
Current End Date: 2023-04-20
Potential End Date: 2023-04-20 00:00:00
Last Modified: 2025-09-12
More Contracts from Prolog, Inc.
- PSS Labor Frcse Jacksonville — $9.7M (Department of Defense)
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)