Naval Station Mayport's $5.8M Facilities Support Services Contract Awarded to GKG Contractors LLC

Contract Overview

Contract Amount: $5,798,886 ($5.8M)

Contractor: GKG Contractors LLC

Awarding Agency: Department of Defense

Start Date: 2025-02-01

End Date: 2026-01-31

Contract Duration: 364 days

Daily Burn Rate: $15.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: NAVAL STATION (NS) MAYPORT, FL MULTI-FUNCTION SUPPORT SERVICES - FUNDING FOR THE BASE PERIOD RECURRING WORK REQUIREMENTS

Place of Performance

Location: JACKSONVILLE, DUVAL County, FLORIDA, 32228

State: Florida Government Spending

Plain-Language Summary

Department of Defense obligated $5.8 million to GKG CONTRACTORS LLC for work described as: NAVAL STATION (NS) MAYPORT, FL MULTI-FUNCTION SUPPORT SERVICES - FUNDING FOR THE BASE PERIOD RECURRING WORK REQUIREMENTS Key points: 1. Contract focuses on recurring base period work requirements for multi-function support services. 2. Awarded under full and open competition, indicating a competitive bidding process. 3. The contract duration is one year, suggesting a need for ongoing, consistent services. 4. Facilities Support Services (NAICS 561210) is a broad category, requiring detailed understanding of specific needs. 5. The contract is a Delivery Order, implying it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle or a similar framework. 6. The fixed-price contract type aims to control costs for the government. 7. No small business set-aside was utilized for this specific award.

Value Assessment

Rating: fair

Benchmarking the value of this contract requires more detailed information on the specific services provided. However, the base period value of approximately $5.8 million for a year of comprehensive facilities support at a major naval station appears within a reasonable range for such extensive operations. Without comparable contract data for similar multi-function support services at other naval installations, a precise value-for-money assessment is challenging. The firm fixed-price structure provides cost certainty for the government, which is a positive indicator.

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 designation typically means that the solicitation was broadly advertised, and all responsible sources were permitted to submit offers. The 'after exclusion of sources' part might indicate that certain sources were initially excluded for specific reasons, but the overall intent is competitive procurement. The number of bidders is not specified, but the 'full and open' nature suggests a robust competition was intended, which generally leads to better price discovery and value for the government.

Taxpayer Impact: A competitive award process like this generally benefits taxpayers by driving down prices through market forces and ensuring the government receives the best possible value for its investment in essential base support services.

Public Impact

Naval Station Mayport personnel and operations benefit from consistent and reliable base support services. The contract ensures the continued functioning of essential base infrastructure and services. Geographic impact is concentrated at Naval Station Mayport, Florida. Workforce implications include employment opportunities for individuals performing facilities support functions, potentially including maintenance, janitorial, and other operational roles.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of specific performance metrics makes it difficult to assess service quality.
  • The broad scope of 'multi-function support services' could lead to scope creep if not managed tightly.
  • Reliance on a single contractor for diverse support functions may present risks if the contractor underperforms.
  • The 'after exclusion of sources' clause warrants further investigation to understand any potential limitations on competition.

Positive Signals

  • Awarded through full and open competition, suggesting a competitive market.
  • Firm fixed-price contract type provides cost predictability.
  • The contract supports critical operations at a key naval installation.
  • The contractor, GKG Contractors LLC, is being awarded a significant contract, indicating some level of established capability.

Sector Analysis

Facilities Support Services (NAICS 561210) is a significant sector within the broader professional, scientific, and technical services industry. This contract represents a portion of the government's spending on maintaining and operating its infrastructure. The market for these services is competitive, with numerous providers ranging from small businesses to large corporations. Spending benchmarks for similar contracts at military installations vary widely based on size, location, and the specific services required. This contract fits within the government's ongoing need to outsource non-core functions to ensure operational readiness and efficiency.

Small Business Impact

This contract was not awarded as a small business set-aside, nor does it indicate any specific subcontracting requirements for small businesses in the provided data. This means that opportunities for small businesses to directly participate in this specific award are limited unless they are subcontractors to the prime contractor, GKG Contractors LLC. The absence of a set-aside suggests that the competition was open to all eligible firms, and the prime contractor was selected based on factors other than small business status.

Oversight & Accountability

Oversight for this contract would typically fall under the purview of the Department of the Navy contracting officers and program managers at Naval Station Mayport. Accountability measures are inherent in the firm fixed-price contract type, which obligates the contractor to deliver specified services within the agreed-upon price. Transparency is generally maintained through contract award databases and public reporting mechanisms. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse related to the contract.

Related Government Programs

  • Naval Station Mayport Operations and Maintenance
  • Base Operations Support (BOS)
  • Facilities Maintenance Contracts
  • Department of Defense Facilities Management
  • Government Multi-Function Support Services

Risk Flags

  • Potential for reduced competition due to 'exclusion of sources' clause.
  • Scope definition for 'multi-function support services' needs clear definition to prevent creep.
  • Performance metrics and oversight details not provided in summary data.
  • Contractor's past performance history requires verification.

Tags

facilities-support-services, department-of-defense, department-of-the-navy, naval-station-mayport, florida, firm-fixed-price, delivery-order, full-and-open-competition, facilities-management, recurring-work, base-operations

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $5.8 million to GKG CONTRACTORS LLC. NAVAL STATION (NS) MAYPORT, FL MULTI-FUNCTION SUPPORT SERVICES - FUNDING FOR THE BASE PERIOD RECURRING WORK REQUIREMENTS

Who is the contractor on this award?

The obligated recipient is GKG CONTRACTORS 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 $5.8 million.

What is the period of performance?

Start: 2025-02-01. End: 2026-01-31.

What is the specific scope of 'multi-function support services' covered by this contract?

The provided data abbreviates the contract description as 'NAVAL STATION (NS) MAYPORT, FL MULTI-FUNCTION SUPPORT SERVICES - FUNDING FOR THE BASE PERIOD RECURRING WORK REQUIREMENTS.' While 'multi-function support services' is a broad term, it typically encompasses a range of essential base operations. This can include, but is not limited to, facilities maintenance (janitorial, groundskeeping, minor repairs), security services, transportation support, logistics assistance, and potentially administrative support. The 'recurring work requirements' indicate that these are ongoing, essential services needed to keep the base operational rather than project-specific tasks. A detailed statement of work (SOW) within the contract documents would provide the precise breakdown of services, performance standards, and deliverables.

How does the $5.8 million contract value compare to similar facilities support contracts at other naval installations?

Direct comparison of the $5.8 million contract value to similar facilities support contracts at other naval installations is challenging without access to a comprehensive database of comparable contracts, including their specific scopes of work, durations, and performance metrics. However, for a one-year base period of recurring work at a significant installation like Naval Station Mayport, this figure appears to be within a plausible range. Larger bases or those with more extensive infrastructure and higher operational tempo might command higher contract values. Conversely, smaller installations or those with less complex support needs would likely have lower contract values. The 'full and open competition' aspect suggests market forces were at play, which should have driven the price towards a competitive level relative to the services offered.

What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract?

The provided summary data does not include specific Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. However, for a contract of this nature, typical KPIs would likely focus on aspects such as response times for service requests, completion rates for maintenance tasks, quality of janitorial services (e.g., cleanliness scores), adherence to safety protocols, and overall customer satisfaction from base personnel. SLAs would define the expected standards for these metrics, often with associated remedies or penalties for non-performance. These details would be found in the contract's Statement of Work (SOW) and performance work statement (PWS).

What is the track record of GKG Contractors LLC in performing similar government contracts?

Information regarding the specific track record of GKG Contractors LLC in performing similar government contracts is not detailed in the provided summary data. To assess their past performance, one would typically consult federal procurement databases such as the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS). These systems often contain past performance reviews and details on previous awards and contract history. A thorough review would examine their experience with facilities support services, contract values, performance ratings on prior contracts, and any history of contract disputes or terminations. This information is crucial for understanding their reliability and capability to fulfill the current contract requirements.

What is the potential impact of the 'after exclusion of sources' clause on competition and pricing?

The clause 'after exclusion of sources' in the context of 'Full and Open Competition' can be interpreted in a few ways, but it generally implies that while the competition was intended to be broad, certain potential offerors may have been excluded prior to the main solicitation phase. This exclusion could be due to various reasons, such as failure to meet pre-qualification criteria, past performance issues, or specific national security concerns. If a significant number of capable potential bidders were excluded, it could potentially reduce the overall level of competition compared to a truly unrestricted 'full and open' competition. Reduced competition, in theory, could lead to less downward pressure on pricing. However, the extent of this impact depends heavily on how many sources were excluded and the competitiveness of the remaining pool of offerors.

Are there any specific sustainability or environmental requirements included in this contract?

The provided summary data does not specify any particular sustainability or environmental requirements for this facilities support services contract. However, government contracts, especially those for facilities management, increasingly incorporate clauses related to energy efficiency, waste reduction, recycling, use of environmentally preferable products, and sustainable building practices. These requirements are often driven by federal mandates and executive orders aimed at reducing the government's environmental footprint. To determine the presence and specifics of such requirements, one would need to review the full contract documentation, including the Statement of Work and any incorporated federal regulations or clauses.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities Support Services

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: N6945024R0002

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: MARGINAL CARR 2 KM 111.3 INT BO MORA, ISABELA, PR, 00662

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, SBA Certified 8 a Joint Venture, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business

Financial Breakdown

Contract Ceiling: $5,798,886

Exercised Options: $5,798,886

Current Obligation: $5,798,886

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: N6945025D0003

IDV Type: IDC

Timeline

Start Date: 2025-02-01

Current End Date: 2026-01-31

Potential End Date: 2026-01-31 00:00:00

Last Modified: 2025-12-24

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending