DoD's $8.7M Navy facilities support contract awarded to NCS/EML SB JOINT VENTURE LLC for one year

Contract Overview

Contract Amount: $8,713,951 ($8.7M)

Contractor: Ncs/Eml SB Joint Venture LLC

Awarding Agency: Department of Defense

Start Date: 2025-04-01

End Date: 2026-03-31

Contract Duration: 364 days

Daily Burn Rate: $23.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: FUNDING FOR OY6 RECURRING SERVICES - POP IS 1 APR 2025 - 31 MAR 2026

Place of Performance

Location: MILTON, SANTA ROSA County, FLORIDA, 32570

State: Florida Government Spending

Plain-Language Summary

Department of Defense obligated $8.7 million to NCS/EML SB JOINT VENTURE LLC for work described as: FUNDING FOR OY6 RECURRING SERVICES - POP IS 1 APR 2025 - 31 MAR 2026 Key points: 1. The contract value of $8.7 million for a one-year period suggests a moderate level of annual spending for facilities support. 2. Awarded under full and open competition, this indicates a competitive bidding process was utilized. 3. The fixed-price contract type shifts performance risk to the contractor, potentially stabilizing costs. 4. The contract duration of 364 days aligns with typical annual service agreements. 5. The North American Industry Classification System (NAICS) code 561210 points to a focus on general facilities support services. 6. The contract is not set aside for small businesses, suggesting larger firms or joint ventures were eligible and competitive.

Value Assessment

Rating: good

The contract value of approximately $8.7 million for a year of facilities support services appears reasonable given the scope. Benchmarking against similar contracts for general facilities maintenance and operations within the Department of Defense would provide a more precise value-for-money assessment. The firm fixed-price structure is generally favorable for cost control when requirements are well-defined.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating that multiple bidders were solicited and considered. The specific exclusion of sources might warrant further investigation to understand if it limited the competitive pool or was a standard procedural step. A robust competition typically leads to better pricing and service quality.

Taxpayer Impact: Taxpayers benefit from a competitive process that aims to secure the best value by encouraging multiple vendors to offer their most competitive pricing and service proposals.

Public Impact

The primary beneficiaries are the Department of the Navy personnel and operations at the facilities managed under this contract. Services delivered include general facilities support, likely encompassing maintenance, repair, and operational services. The geographic impact is concentrated in Florida, as indicated by the 'ST' and 'SN' fields. Workforce implications may include the employment of personnel by NCS/EML SB JOINT VENTURE LLC to perform these services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for limited competition if the 'exclusion of sources' clause significantly narrowed the bidder pool.
  • Risk of cost overruns if unforeseen facility issues arise, despite the fixed-price nature, depending on contract specifics.
  • Dependence on contractor performance for essential facility operations, requiring diligent oversight.

Positive Signals

  • Award to a joint venture (NCS/EML SB JOINT VENTURE LLC) may indicate a strategy to leverage specialized capabilities.
  • Firm fixed-price contract provides cost certainty for the government.
  • Full and open competition generally promotes a healthy market and competitive pricing.

Sector Analysis

The facilities support services sector is a critical component of government operations, encompassing a wide range of maintenance, repair, and operational activities. This contract falls within the broader professional, scientific, and technical services industry. Spending in this sector is consistent across various federal agencies, with significant portions allocated to maintaining government infrastructure and operational readiness. Comparable spending benchmarks would typically be found within the facilities management and base operations support categories.

Small Business Impact

Although the contractor is a joint venture, the contract itself was not explicitly set aside for small businesses. This suggests that the competitive process was open to all eligible offerors, and the joint venture, NCS/EML SB JOINT VENTURE LLC, was the most advantageous choice. The structure of the joint venture might involve small business participation, but without further details on subcontracting plans or the specific composition of the venture, its direct impact on the broader small business ecosystem is unclear.

Oversight & Accountability

Oversight for this contract will likely be managed by the Department of the Navy's contracting and program management offices. Accountability measures are typically embedded within the contract terms, including performance standards, reporting requirements, and potential penalties for non-compliance. Transparency is facilitated through contract award databases and public reporting mechanisms, though specific operational oversight details are internal.

Related Government Programs

  • Base Operations Support (BOS)
  • Facilities Maintenance Contracts
  • General Services Administration (GSA) Schedules
  • Department of Defense Facilities Management

Risk Flags

  • Potential for limited competition due to source exclusion.
  • Contract performance risk for facilities support services.
  • Need for robust oversight to ensure service quality and cost control.

Tags

department-of-defense, department-of-the-navy, facilities-support-services, full-and-open-competition, firm-fixed-price, delivery-order, florida, annual-contract, professional-scientific-and-technical-services, defense-contracting

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $8.7 million to NCS/EML SB JOINT VENTURE LLC. FUNDING FOR OY6 RECURRING SERVICES - POP IS 1 APR 2025 - 31 MAR 2026

Who is the contractor on this award?

The obligated recipient is NCS/EML SB JOINT VENTURE 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 $8.7 million.

What is the period of performance?

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

What is the historical spending pattern for facilities support services by the Department of the Navy in Florida?

Analyzing historical spending data for facilities support services by the Department of the Navy specifically within Florida would provide crucial context for the $8.7 million award. This would involve examining previous contracts for similar services, including their values, durations, and the contractors involved. A trend analysis could reveal whether this award represents an increase, decrease, or stable level of investment in facilities support in the region. Understanding past spending patterns helps in assessing the reasonableness of the current contract's value and identifying any significant shifts in procurement strategy or service needs. Without access to specific historical databases, a precise comparison is not possible, but general trends in defense spending and infrastructure maintenance budgets could offer indirect insights.

How does the per-unit cost of this contract compare to industry benchmarks for facilities support services?

Determining the per-unit cost requires breaking down the total contract value ($8.7 million) by specific services rendered (e.g., per square foot maintained, per service call, per labor hour). Without a detailed breakdown of the services and their associated quantities or metrics, a direct per-unit cost comparison to industry benchmarks is challenging. Facilities support services encompass a broad range of activities, and benchmarks vary significantly based on the type of facility, geographic location, and specific services provided (e.g., janitorial, HVAC maintenance, groundskeeping). Generally, government contracts aim for competitive pricing, but direct comparison to commercial benchmarks requires careful normalization of scope and service levels. The firm fixed-price nature suggests the contractor has factored in their anticipated costs and profit margins.

What is the track record of NCS/EML SB JOINT VENTURE LLC in performing similar federal contracts?

The track record of NCS/EML SB JOINT VENTURE LLC is a key indicator of their capability to successfully execute this $8.7 million facilities support contract. Information on past performance, including contract history, client satisfaction, and any documented issues or awards, would be essential for a thorough assessment. Federal procurement systems often include past performance evaluations as a significant factor in award decisions. A review of their previous awards, particularly those for similar services and contract values within the Department of Defense or other federal agencies, would reveal their experience level and reliability. Without access to specific performance data or contract databases detailing their history, it is difficult to definitively assess their track record.

What are the potential risks associated with the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' clause?

The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' clause implies that while the competition was intended to be open, certain potential sources were deliberately excluded. The primary risk is that this exclusion may have inadvertently limited the competitive pool, potentially leading to a less optimal price or solution than could have been achieved with broader competition. The justification for excluding specific sources is critical; if based on legitimate technical requirements or past performance issues, the risk might be mitigated. However, if the exclusion was arbitrary or poorly justified, it could raise concerns about fairness and the government obtaining the best possible value. Understanding the rationale behind the exclusion is key to assessing the associated risks.

How does the contract duration of 364 days impact the overall value and risk for the government?

A contract duration of 364 days is a standard one-year term, often used to align with fiscal year cycles or simplify administrative processes. For the government, this duration provides a defined period for service delivery, allowing for performance evaluation before potential renewal or re-competition. The risk is relatively contained within this one-year timeframe, as it avoids long-term commitments that might become misaligned with evolving needs or budgets. From a value perspective, it allows for competitive pricing based on a defined scope for that year. However, it also necessitates recurring contract management efforts and potential re-procurement costs if the contract is not extended or re-awarded.

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: N6945018R1740

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 11501 PLANTSIDE DR STE 4, LOUISVILLE, KY, 40299

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $10,234,517

Exercised Options: $10,218,166

Current Obligation: $8,713,951

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: N6945019D1740

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: 2025-12-04

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending