Treasury's $26M Facilities Management Contract with National Facility Services Faces Scrutiny
Contract Overview
Contract Amount: $26,027,290 ($26.0M)
Contractor: National Facility Services Inc
Awarding Agency: Department of the Treasury
Start Date: 2015-10-01
End Date: 2022-03-31
Contract Duration: 2,373 days
Daily Burn Rate: $11.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IGF::OT::IGF FOR OTHER FUNCTIONS - CONSOLIDATED FACILITIES MANAGEMENT CONTRACT - ANDOVER
Place of Performance
Location: BOYLSTON, WORCESTER County, MASSACHUSETTS, 01505
Plain-Language Summary
Department of the Treasury obligated $26.0 million to NATIONAL FACILITY SERVICES INC for work described as: IGF::OT::IGF FOR OTHER FUNCTIONS - CONSOLIDATED FACILITIES MANAGEMENT CONTRACT - ANDOVER Key points: 1. The contract awarded to National Facility Services Inc. for facilities management services is a significant expenditure. 2. Competition was conducted under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES', suggesting potential limitations. 3. The contract duration of 2373 days (over 6 years) indicates a long-term commitment. 4. The 'FIRM FIXED PRICE' contract type aims to control costs but may limit flexibility. 5. The absence of small business participation is noted.
Value Assessment
Rating: fair
The contract's value of $26 million over approximately 6.5 years averages around $4 million annually. Benchmarking against similar large-scale facilities management contracts is difficult without more granular service details, but the overall value appears substantial.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The competition method 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' implies that while open, certain sources were initially excluded, potentially impacting the breadth of competition and price discovery. This method requires justification.
Taxpayer Impact: The total value of $26 million represents a significant taxpayer investment. The effectiveness of the competition method in securing the best value for taxpayers is a key consideration.
Public Impact
Taxpayers fund essential facilities management services for the IRS, ensuring operational continuity. The long-term nature of the contract impacts budget predictability for the agency. The contract's performance directly affects the working environment for IRS employees. The exclusion of certain sources in the competition raises questions about fairness and potential cost savings missed.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition method
- No small business participation
- Long contract duration
Positive Signals
- Firm fixed price contract type
- Consolidated facilities management
Sector Analysis
Facilities Support Services (NAICS 561210) is a broad category encompassing maintenance, operation, and management of buildings and grounds. Spending in this sector can vary widely based on facility size, complexity, and geographic location. This contract appears to be a significant investment within this sector for the IRS.
Small Business Impact
The data indicates that small businesses were not involved in this contract (ss: false, sb: false). This suggests that the prime contractor did not subcontract to small businesses or that the contract was not set aside for them, potentially limiting opportunities for smaller enterprises.
Oversight & Accountability
Oversight of this contract would involve monitoring performance against service level agreements, ensuring compliance with contract terms, and verifying that the fixed price remains competitive throughout its duration. The IRS's contracting office and potentially an IG would be responsible.
Related Government Programs
- Facilities Support Services
- Department of the Treasury Contracting
- Internal Revenue Service Programs
Risk Flags
- Potential for reduced competition due to source exclusion.
- Lack of small business participation.
- Long contract duration may reduce flexibility and increase risk of cost escalation if not managed well.
- Need for robust performance monitoring to ensure value for money over the contract term.
Tags
facilities-support-services, department-of-the-treasury, ma, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of the Treasury awarded $26.0 million to NATIONAL FACILITY SERVICES INC. IGF::OT::IGF FOR OTHER FUNCTIONS - CONSOLIDATED FACILITIES MANAGEMENT CONTRACT - ANDOVER
Who is the contractor on this award?
The obligated recipient is NATIONAL FACILITY SERVICES INC.
Which agency awarded this contract?
Awarding agency: Department of the Treasury (Internal Revenue Service).
What is the total obligated amount?
The obligated amount is $26.0 million.
What is the period of performance?
Start: 2015-10-01. End: 2022-03-31.
What was the justification for excluding specific sources in the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' process, and did this exclusion lead to a less competitive bidding environment?
The justification for excluding sources typically relates to specific technical requirements, past performance, or proprietary capabilities. Without further documentation, it's unclear if this exclusion limited competition. However, any exclusion inherently reduces the pool of potential bidders, which could impact price discovery and potentially lead to higher costs for the government compared to a truly open competition.
How does the per-unit cost or service delivery cost compare to industry benchmarks for similar facilities management services, considering the contract's duration and scope?
Benchmarking this contract's cost is challenging without detailed service breakdowns. However, the $26 million total over 6.5 years suggests significant annual spending. A thorough review would involve comparing specific service costs (e.g., HVAC maintenance, janitorial services, groundskeeping) against industry averages for facilities of comparable size and complexity to assess value for money.
What mechanisms are in place to ensure effective performance and accountability from National Facility Services Inc. throughout the contract's extended duration, especially given the lack of small bus
Effective oversight mechanisms would include regular performance reviews, clear service level agreements (SLAs), and robust reporting requirements. The agency should actively monitor contractor performance and address any deficiencies promptly. The absence of small business participation doesn't directly impact accountability but might indicate a missed opportunity for broader economic impact and potentially diverse service delivery approaches.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support 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: TIRNE15R00001
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 730 MAIN ST, BOYLSTON, MA, 01505
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $26,027,290
Exercised Options: $26,027,290
Current Obligation: $26,027,290
Actual Outlays: $10,890,109
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Timeline
Start Date: 2015-10-01
Current End Date: 2022-03-31
Potential End Date: 2022-03-31 15:01:00
Last Modified: 2022-07-21
Other Department of the Treasury Contracts
- Advertising Services — $636.5M (True North Communications Inc)
- Cade 2 Ltis3 Covid-19 — $383.8M (Deloitte Consulting LLP)
- Establish a Broad Networking and Telecommunications Service Environment to Meet ITS Network Services (wide Area and Local Area Network), Voice Telecommunications Services, Audio/Video/Web Conferencing, and Cyber Requirements — $320.2M (AT&T Enterprises, LLC)
- THE Internal Revenue Service (IRS), Office of Information Technology Office, Issues This Order Under GSA Alliant 2 (unrestricted). Enterprise Case Management (ECM) Solution Integration Services — $305.5M (Booz Allen Hamilton Inc)
- THE Tfcceis Task Order IS to Transition the Existing Tfcc Services From the Networx Contract Onto the EIS Contract Vehicle in a Manner That Will Enable Continuity of an Enterprise Network of Toll Free Services for the IRS — $264.6M (Verizon Business Network Services LLC)