DoD's Navy Awards $2.56M for Recurring Facilities Support Services to CCS King George LLC
Contract Overview
Contract Amount: $2,563,355 ($2.6M)
Contractor: CCS King George 2 LLC
Awarding Agency: Department of Defense
Start Date: 2025-10-01
End Date: 2026-09-30
Contract Duration: 364 days
Daily Burn Rate: $7.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: OPTION 2 FUNDING RECURRING WORK MFSS FORT WORTH
Place of Performance
Location: NAVAL AIR STATION/JRB, TARRANT County, TEXAS, 76127
State: Texas Government Spending
Plain-Language Summary
Department of Defense obligated $2.6 million to CCS KING GEORGE 2 LLC for work described as: OPTION 2 FUNDING RECURRING WORK MFSS FORT WORTH Key points: 1. Contract awarded for recurring facilities support services, indicating ongoing operational needs. 2. The awardee, CCS King George LLC, is a new entity in federal contracting, raising questions about performance history. 3. The contract value is relatively small, suggesting a focused scope of work. 4. The sector is Facilities Support Services, a common area of government expenditure.
Value Assessment
Rating: questionable
The contract value of $2.56 million over 364 days is moderate. Benchmarking against similar Facilities Support Services contracts is difficult without more specific service details. The lack of historical data for the awardee makes a direct comparison challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The competition method 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' is unusual and suggests a potential restriction or specific justification. This method may limit price discovery and potentially lead to higher costs compared to unrestricted full and open competition.
Taxpayer Impact: The taxpayer impact is likely moderate given the contract value. However, the limited competition raises concerns about whether the best possible price was achieved.
Public Impact
Ensures continued operation of essential facilities for the Department of the Navy. Supports local economy through service provision. Potential for service disruptions if the new awardee underperforms.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- New awardee with no prior federal contract history.
- Unusual competition method raises concerns about price discovery.
- Limited contract duration may indicate a pilot or short-term need.
Positive Signals
- Addresses recurring operational needs.
- Awarded to a Texas-based company.
Sector Analysis
Facilities Support Services (NAICS 561210) is a broad category encompassing maintenance, operation, and management of facilities. Government spending in this sector is substantial and consistent, driven by the need to maintain federal infrastructure.
Small Business Impact
The data does not indicate if CCS King George LLC is a small business. Further investigation is needed to determine the impact on small business participation and set-aside goals.
Oversight & Accountability
Standard oversight mechanisms for delivery orders under an existing contract should apply. However, the limited competition and new awardee warrant closer monitoring of performance and costs.
Related Government Programs
- Facilities Support Services
- Department of Defense Contracting
- Department of the Navy Programs
Risk Flags
- New awardee with no federal contracting history.
- Unusual competition method ('after exclusion of sources').
- Lack of detailed service scope.
- Potential for performance issues due to inexperience.
- Limited duration may indicate a temporary solution or pilot program.
Tags
facilities-support-services, department-of-defense, tx, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $2.6 million to CCS KING GEORGE 2 LLC. OPTION 2 FUNDING RECURRING WORK MFSS FORT WORTH
Who is the contractor on this award?
The obligated recipient is CCS KING GEORGE 2 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 $2.6 million.
What is the period of performance?
Start: 2025-10-01. End: 2026-09-30.
What specific services are included in 'Recurring Work MFSS' and how do they align with the limited competition justification?
The specific services under 'Recurring Work MFSS' (Maintenance, Facilities, Support Services) are not detailed in the provided data. Understanding the exact scope is crucial to evaluating the justification for 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES'. If the services are highly specialized or require unique capabilities, the limited competition might be justifiable, but this needs explicit documentation to ensure fair pricing and prevent potential contractor lock-in.
What is the performance history and capacity of CCS King George LLC to ensure successful delivery of these services?
As CCS King George LLC is a new entity in federal contracting, its performance history and capacity are unknown. This presents a significant risk. The Department of the Navy should have conducted thorough due diligence, including assessing past performance through references or other means, to mitigate the risk of contractor failure, service disruptions, and potential cost overruns associated with a less experienced provider.
How does the pricing structure and final award amount compare to market rates for similar facilities support services, given the competition method?
The pricing structure is Firm Fixed Price, which shifts risk to the contractor. However, the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' method complicates a direct market rate comparison. Without knowing the specific services and the justification for excluding other sources, it's difficult to ascertain if the $2.56 million award represents optimal value. A more robust competitive process would typically yield clearer benchmarks for price reasonableness.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 500 ALA MOANA BLVD SUITE 7400, HONOLULU, HI, 96813
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Native Hawaiian Organization Owned Firm, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,808,211
Exercised Options: $2,808,211
Current Obligation: $2,563,355
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N6945023D0051
IDV Type: IDC
Timeline
Start Date: 2025-10-01
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-01-08
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)