Fort McCoy Logistics Services Awarded to SAWTST LLC for $26.5M

Contract Overview

Contract Amount: $26,486,793 ($26.5M)

Contractor: Sawtst LLC

Awarding Agency: Department of Defense

Start Date: 2021-04-01

End Date: 2025-06-30

Contract Duration: 1,551 days

Daily Burn Rate: $17.1K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 15

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: FT. MCCOY EAGLE RE-COMPETE AWARD. LOGISTICS SERVICES FOR FORT MCCOY, WI.

Place of Performance

Location: SPARTA, MONROE County, WISCONSIN, 54656

State: Wisconsin Government Spending

Plain-Language Summary

Department of Defense obligated $26.5 million to SAWTST LLC for work described as: FT. MCCOY EAGLE RE-COMPETE AWARD. LOGISTICS SERVICES FOR FORT MCCOY, WI. Key points: 1. The contract is for logistics services at Fort McCoy, Wisconsin. 2. Awarded to SAWTST LLC, this represents a significant investment in base support. 3. The contract duration is 1551 days, ending in June 2025. 4. This award falls under Facilities Support Services, a critical operational category.

Value Assessment

Rating: good

The award amount of $26.5M over approximately 4 years suggests a substantial service requirement. Benchmarking against similar logistics contracts for large military installations is necessary for a precise value assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES'. This suggests a prior exclusion of sources, potentially limiting the competitive pool and impacting price discovery.

Taxpayer Impact: Taxpayer funds are being utilized for essential base operations, with the ultimate impact depending on the efficiency and cost-effectiveness achieved through this limited competition.

Public Impact

Ensures continued logistical support for Fort McCoy operations. Supports military readiness and personnel by providing essential services. Potential economic impact on the Wisconsin region through contract execution.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Limited competition raises concerns about potential overpricing.
  • Exclusion of sources needs further investigation for justification.

Positive Signals

  • Ensures critical logistics services are maintained.
  • Awarded to a single entity for streamlined operations.

Sector Analysis

Facilities Support Services are crucial for the operational readiness of military installations. Spending in this sector is generally stable, driven by the ongoing need for base maintenance and support functions.

Small Business Impact

The data does not indicate if SAWTST LLC is a small business. Further analysis is needed to determine the impact on small business participation in this contract.

Oversight & Accountability

The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' clause warrants oversight to ensure the exclusion was justified and did not unduly restrict competition.

Related Government Programs

  • Facilities Support Services
  • Department of Defense Contracting
  • Department of the Army Programs

Risk Flags

  • Limited competition
  • Potential for higher costs due to restricted bidding
  • Lack of transparency regarding source exclusion

Tags

facilities-support-services, department-of-defense, wi, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $26.5 million to SAWTST LLC. FT. MCCOY EAGLE RE-COMPETE AWARD. LOGISTICS SERVICES FOR FORT MCCOY, WI.

Who is the contractor on this award?

The obligated recipient is SAWTST LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Army).

What is the total obligated amount?

The obligated amount is $26.5 million.

What is the period of performance?

Start: 2021-04-01. End: 2025-06-30.

What was the justification for excluding other sources in this full and open competition?

The justification for excluding other sources needs to be thoroughly reviewed. Typically, such exclusions are based on specific technical requirements, prior performance, or unique capabilities. Without this information, it's difficult to assess if the exclusion was appropriate or if it limited the government's ability to secure the best possible price and service.

How does the per-unit cost of these logistics services compare to industry benchmarks for similar military installations?

A detailed comparison of the per-unit costs for the services provided under this contract against industry benchmarks for similar military installations is essential. This analysis would reveal whether the government is receiving competitive pricing or if there's potential for cost savings through renegotiation or future competitive solicitations.

What is the long-term effectiveness of awarding logistics services through a limited competition model?

The long-term effectiveness of this limited competition model is questionable. While it may ensure continuity of services, it potentially sacrifices the benefits of broader competition, such as innovation and lower prices. Future contract strategies should consider maximizing competition to ensure sustained value for taxpayers.

Industry Classification

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

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)MANAGEMENT SUPPORT SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: W52P1J19R0076

Offers Received: 15

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 4046 HIGHWAY 154 STE 230, NEWNAN, GA, 30265

Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $26,486,793

Exercised Options: $26,486,793

Current Obligation: $26,486,793

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: W52P1J17G0096

IDV Type: BOA

Timeline

Start Date: 2021-04-01

Current End Date: 2025-06-30

Potential End Date: 2025-06-30 12:06:00

Last Modified: 2025-07-24

More Contracts from Sawtst LLC

View all Sawtst LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending