NASA awards $27.3M for custodial and waste removal services to Native Resource Development Co Inc
Contract Overview
Contract Amount: $27,302,798 ($27.3M)
Contractor: Native Resource Development CO Inc
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2016-10-01
End Date: 2022-02-28
Contract Duration: 1,976 days
Daily Burn Rate: $13.8K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 7
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CUSTODIAL, HOUSEKEEPING, WASTE REMOVAL, AND PEST CONTROL SERVICES
Place of Performance
Location: HOUSTON, HARRIS County, TEXAS, 77058
State: Texas Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $27.3 million to NATIVE RESOURCE DEVELOPMENT CO INC for work described as: CUSTODIAL, HOUSEKEEPING, WASTE REMOVAL, AND PEST CONTROL SERVICES Key points: 1. Contract value represents a significant investment in essential facility support services. 2. Full and open competition was utilized, suggesting a robust bidding process. 3. The contract duration of nearly two years indicates a long-term need for these services. 4. Fixed-price contract type helps manage cost certainty for the agency. 5. Geographic focus on Texas highlights regional operational needs. 6. The award to a single contractor suggests a consolidation of services.
Value Assessment
Rating: good
The contract's total value of $27.3 million over its period of performance appears reasonable for comprehensive custodial, housekeeping, waste removal, and pest control services for a federal agency like NASA. Benchmarking against similar large-scale facility maintenance contracts across federal agencies would provide a more precise value-for-money assessment. The firm fixed-price structure offers cost predictability, which is a positive indicator for financial management. However, without detailed service level agreements and performance metrics, a definitive assessment of efficiency is challenging.
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 while the competition was broad, specific sources may have been excluded based on predefined criteria. The presence of 7 bidders suggests a healthy level of competition for these essential services. This competitive environment is generally favorable for price discovery and ensuring the government receives competitive pricing.
Taxpayer Impact: The competitive bidding process likely resulted in a more favorable price for taxpayers compared to a sole-source or limited competition award. Multiple bidders ensure that the chosen contractor must offer competitive terms to win the contract.
Public Impact
Benefits NASA facilities by ensuring a clean, safe, and functional working environment for personnel. Provides essential janitorial services, waste removal, and pest control, contributing to public health and safety standards. Services are geographically focused within Texas, supporting local operations of the agency. Supports the workforce through the contractor's employment of personnel for service delivery.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for service quality variations across different NASA facilities if not managed uniformly.
- Reliance on a single contractor for critical facility upkeep could pose risks if performance falters.
Positive Signals
- The use of full and open competition suggests a commitment to leveraging market capabilities.
- Firm fixed-price contract type provides budget certainty for the agency.
- The award to a single entity may streamline service delivery and management.
Sector Analysis
This contract falls within the facilities support services sector, a critical component of government operations. The janitorial services industry is vast, with numerous providers ranging from small local businesses to large national corporations. NASA's spending on these services is typical for large federal agencies with extensive physical infrastructure. Benchmarks for custodial services can vary significantly based on facility size, type, and geographic location, but this award represents a substantial commitment to maintaining operational readiness.
Small Business Impact
The provided data indicates that small business participation was not a primary set-aside criterion for this contract (ss: false, sb: false). While the prime contractor is Native Resource Development Co Inc., further analysis would be needed to determine if they are a small business themselves or if subcontracting opportunities were mandated or utilized for small businesses. Without this information, the direct impact on the small business ecosystem remains unclear.
Oversight & Accountability
Oversight for this contract would typically be managed by NASA's contracting officers and program managers, ensuring adherence to the contract terms and service level agreements. Performance metrics and regular reporting would be key accountability measures. Transparency is generally maintained through contract award databases, though specific performance details may be internal. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- General Services Administration (GSA) Federal Supply Schedule contracts for facilities maintenance
- Department of Defense custodial and base operations support contracts
- Other agency-specific facility management contracts
Risk Flags
- Potential for service quality degradation if performance is not closely monitored.
- Contractor's ability to manage costs effectively under a firm fixed-price structure.
Tags
custodial-services, housekeeping, waste-removal, pest-control, nasa, national-aeronautics-and-space-administration, firm-fixed-price, full-and-open-competition, definitive-contract, facility-support, texas, janitorial-services
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $27.3 million to NATIVE RESOURCE DEVELOPMENT CO INC. CUSTODIAL, HOUSEKEEPING, WASTE REMOVAL, AND PEST CONTROL SERVICES
Who is the contractor on this award?
The obligated recipient is NATIVE RESOURCE DEVELOPMENT CO INC.
Which agency awarded this contract?
Awarding agency: National Aeronautics and Space Administration (National Aeronautics and Space Administration).
What is the total obligated amount?
The obligated amount is $27.3 million.
What is the period of performance?
Start: 2016-10-01. End: 2022-02-28.
What is the historical spending pattern for custodial and waste removal services by NASA?
Analyzing NASA's historical spending on custodial, housekeeping, waste removal, and pest control services reveals a consistent need for these essential functions. Prior to this $27.3 million contract (2016-2022), NASA likely awarded similar contracts, potentially with varying scopes and values, to maintain its numerous facilities. Federal procurement data indicates that agencies like NASA regularly allocate significant budgets to facility operations and maintenance. Understanding the trend in spending – whether it has increased, decreased, or remained stable over time – can provide context for the current award's value and indicate shifts in agency priorities or operational needs. For instance, an increasing trend might suggest expansion of facilities or a greater emphasis on hygiene standards, while a stable trend could point to consistent operational requirements.
How does the per-unit cost of this contract compare to industry benchmarks for janitorial services?
Determining the precise per-unit cost for this contract is challenging without a detailed breakdown of services rendered (e.g., cost per square foot cleaned, cost per waste removal event). However, the total award of $27.3 million over approximately 1.7 years (from Oct 2016 to Feb 2028, though the award ended Feb 2022) suggests a substantial annual expenditure. Industry benchmarks for janitorial services vary widely based on location, facility type, and service intensity. For large federal facilities, costs can range from $1.50 to $5.00 per square foot annually, depending on the level of service. Given the broad scope including housekeeping, waste removal, and pest control, the annual cost for NASA would need to be evaluated against the total square footage and specific service requirements to ascertain if it aligns with or deviates from typical market rates. The firm fixed-price nature implies that the contractor assumed the risk of cost overruns, which can sometimes lead to higher initial pricing to account for unforeseen expenses.
What is the track record of Native Resource Development Co Inc. in performing similar federal contracts?
Native Resource Development Co Inc. has a track record of performing federal contracts, including those for facility support services. Examining their past performance on similar contracts, particularly with agencies like NASA or other large federal entities, is crucial for assessing their capability and reliability. Key indicators include contract completion history, any instances of performance disputes or contract terminations, and client satisfaction feedback if available through federal databases like the Contractor Performance Assessment Reporting System (CPARS). A history of successful contract execution, timely delivery, and adherence to quality standards would indicate a lower risk associated with this award. Conversely, any significant performance issues in prior contracts could raise concerns about the agency's ability to meet its service requirements under this current agreement.
What are the potential risks associated with a firm fixed-price contract for these services?
While firm fixed-price (FFP) contracts offer cost certainty to the government, they can introduce risks for both the contractor and, indirectly, the agency. For the contractor, underestimating the scope, labor, or material costs can lead to reduced profit margins or even losses if performance issues arise. For the agency, the primary risk is that the contractor might cut corners on service quality to maintain profitability, especially if performance monitoring is not rigorous. This could manifest as less thorough cleaning, inadequate pest control, or delayed waste removal. Additionally, if unforeseen circumstances significantly increase costs beyond what was reasonably anticipated, the contractor might be less inclined to go above and beyond, potentially impacting service levels. Effective oversight and clear performance standards are critical to mitigating these risks in an FFP arrangement.
How does the competition level (7 bidders) impact the value received by NASA?
Having seven bidders for this contract is a positive indicator for value received by NASA. A higher number of bidders generally signifies a more competitive marketplace for the services required. This increased competition typically drives down prices as contractors vie for the award, forcing them to offer their best terms and pricing. It also provides the agency with a wider range of options and potentially innovative solutions. Furthermore, a robust competition reduces the risk of collusion and ensures that the selected contractor is likely to be one that offers a strong balance of price and performance. The 'Full and Open Competition After Exclusion of Sources' designation, while allowing for some exclusions, still points to a broad solicitation that attracted significant interest, benefiting NASA through potentially better pricing and service quality.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Services to Buildings and Dwellings › Janitorial Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: NNJ15553635R
Offers Received: 7
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 51 JEMEZ DAM RD STE 110, BERNALILLO, NM, 87004
Business Categories: American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $28,642,407
Exercised Options: $27,302,798
Current Obligation: $27,302,798
Actual Outlays: $14,162,297
Contract Characteristics
Commercial Item: PRODUCTS OR SERVICES PURSUANT TO FAR 12.102(F)
Cost or Pricing Data: NO
Timeline
Start Date: 2016-10-01
Current End Date: 2022-02-28
Potential End Date: 2022-02-28 00:00:00
Last Modified: 2023-04-12
More Contracts from Native Resource Development CO Inc
- Other Functions Custodial Support Services AT JSC — $22.0M (National Aeronautics and Space Administration)
- Full Food Services AT Schriever AIR Force Base — $12.5M (Department of Defense)
- Custodial, Housekeeping, Waste-Removal, and Insect Extermination II (chwie II) — $5.6M (National Aeronautics and Space Administration)
View all Native Resource Development CO Inc federal contracts →
Other National Aeronautics and Space Administration Contracts
- International Space Station — $22.4B (THE Boeing Company)
- TAS::80 0124::TAS Design, Development, Test&evaluation of Project Orion — $15.5B (Lockheed Martin Corp)
- Provide Developmental Hardware and Test Articles, and Manufacture and Assemble Ares I Upper Stages. the Upper Stage (US) Element IS an Integral Part of the Ares I Launch Vehicle and Provides the Second Stage of Flight. the US Element IS Responsible for the Roll Control During the First Stage Burn and Separation; and Will Provide the Guidance and Navigation, Command and Data Handling, and Other Avionics Functions for the Ares I During ALL Phases of the Ascent Flight. the US Element IS a NEW Design That Emphasizes Safety, Operability, and Minimum Life Cycle Cost. the Overall Design, Development, Test and Evaluation (ddt&e), Production, and Sustaining Engineering Efforts Include Activities Performed by Three Organizations; the Nasa Design Team (NDT), the Upper Stage Production Contractor (uspc) and the Instrument Unit Production Contractor (iupc). for Clarity, the Uspc Will BE Referred to AS the Contractor Throughout This Document. Nasa IS Responsible for the Integration of the Primary Elements of the Ares I Launch Vehicle Including: the First Stage, US Including Instrument Unit (IU), and US Engine; and Will Also Integrate the Ares I Launch Vehicle AT the Launch Site. Nasa IS Responsible for the Ddt&e, Including Technical and Programmatic Integration of the US Subsystems and Government-Furnished Property. Nasa Will Lead the Effort to Develop the Requirements and Specifications of the US Element, the Development Plan and Testing Requirements, and ALL Design Documentation, Initial Manufacturing and Assembly Process Planning, Logistics Planning, and Operations Support Planning. Development, Qualification, and Acceptance Testing Will BE Conducted by Nasa and the Contractor to Satisfy Requirements and for Risk Mitigation. Nasa IS Responsible for the Overall Upper Stage Verification and Validation Process and Will Require Support From the Contractor. the Contractor IS Responsible for the Manufacture and Assembly of the Upper Stage Test Flight and Operational Upper Stage Units Including the Installation of Upper Stage Instrument Unit, the Government-Furnished US Engine, Booster Separation Motors, and Other Government-Furnished Property. a Description of the Nasa Managed and Performed Efforts IS Contained in the US Work Packages and Will BE Made Available to the Contractor to Ensure Their Understanding of the Roles and Responsibilities of the NDT, Iupc, and Contractor During the Design, Development, and Operation of the US Element. the US Conceptual Design Described in the Uso-Clv-Se-25704 US Design Definition Document (DDD) IS the Baseline Design for This Contract. the Contractors Early Role Will BE to Provide Producibility Engineering Support to Nasa VIA the Established US Office Structure and to Provide Inputs Into the Final Design Configuration, Specifications, and Standards. Nasa Will Transition the Manufacturing and Assembly, Logistics Support Infrastructure, Configuration Management, and the Sustaining Engineering Functions to the Contractor AT the KEY Points During the Development and Implementation of the Program Currently Planned to Occur NO Later Than 90 Days After the Completion of the Following Major Milestones: Manufacturing and Assembly US Preliminary Design Review (PDR) Logistics Support Infrastructure US PDR Configuration Management US Critical Design Review CDR) Sustaining Engineering US Design Certification Review (DCR) After the Completion of an Orderly Transition of Roles and Responsibilities to the Contractor, Nasa Will Assume an Insight Role Into the Contractors Production, Sustaining Engineering, and Operations Support of the Ares I US Test Program and Flight Hardware. After DCR, the Contractor Will BE Responsible for Sustaining Engineering PER SOW Section 4.7, AS Necessary to Maintain and Support the US Configuration and for Production and Operations Support — $10.5B (THE Boeing Company)
- Space Program Operations Contract (spoc) — $8.5B (United Space Alliance, LLC)
- Joint Us/Russian Human Space Flight Activities — $4.7B (Russia Space Agency)
View all National Aeronautics and Space Administration contracts →