DoD's $8.3M Logistics Support Services Task Order Awarded to SAWTST LLC for Texas Region

Contract Overview

Contract Amount: $8,302,838 ($8.3M)

Contractor: Sawtst LLC

Awarding Agency: Department of Defense

Start Date: 2025-10-28

End Date: 2026-10-27

Contract Duration: 364 days

Daily Burn Rate: $22.8K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: 63D LOGISTICS SUPPORT SERVICES, TX REGION, FINAL TASK ORDER, POP 10/28/2025-10/27/2026

Place of Performance

Location: GATESVILLE, CORYELL County, TEXAS, 76528

State: Texas Government Spending

Plain-Language Summary

Department of Defense obligated $8.3 million to SAWTST LLC for work described as: 63D LOGISTICS SUPPORT SERVICES, TX REGION, FINAL TASK ORDER, POP 10/28/2025-10/27/2026 Key points: 1. Value for money appears fair given the firm-fixed-price contract type, though detailed cost breakdowns are not publicly available. 2. Competition dynamics indicate a full and open competition after exclusion of sources, suggesting a robust bidding process. 3. Risk indicators are moderate, with a single task order under a larger contract, but the contractor's performance history requires monitoring. 4. Performance context is a 1-year extension of services, indicating ongoing need and contractor familiarity with requirements. 5. Sector positioning places this within facilities support services, a critical but often overlooked component of military readiness.

Value Assessment

Rating: fair

The awarded amount of $8.3 million for a one-year period of performance is within a reasonable range for logistics support services. Benchmarking against similar contracts is challenging without more granular data on the specific services provided. However, the firm-fixed-price contract type generally offers good value by shifting cost risk to the contractor.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under a 'full and open competition after exclusion of sources' procedure. This suggests that while initial solicitations may have had some exclusions, the final task order was subject to broad competition. The specific number of bidders is not detailed, but this method generally promotes competitive pricing.

Taxpayer Impact: A competitive award process helps ensure that taxpayer dollars are used efficiently by driving down costs through market forces.

Public Impact

The primary beneficiaries are the Department of Defense units operating within the Texas region, receiving essential logistics support. Services delivered include critical facilities support, ensuring operational readiness and maintenance of infrastructure. The geographic impact is concentrated in Texas, supporting military installations and personnel within the state. Workforce implications include potential employment opportunities for personnel involved in logistics and facilities management in the region.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for scope creep if task order requirements are not tightly managed.
  • Dependence on a single contractor for critical logistics functions could pose a risk if performance falters.

Positive Signals

  • Firm-fixed-price contract type incentivizes contractor efficiency.
  • Award follows a competitive process, suggesting a market-driven price.
  • Task order structure allows for flexibility in adapting to evolving needs.

Sector Analysis

This contract falls under the Facilities Support Services sector (NAICS 561210), a broad category encompassing maintenance, operation, and management of facilities. The federal government is a significant consumer of these services, particularly for its extensive network of military bases and government buildings. Spending in this sector is driven by the need to maintain operational readiness and infrastructure integrity.

Small Business Impact

The data indicates this contract was not specifically set aside for small businesses, and the contractor, SAWTST LLC, is not explicitly identified as a small business in this context. Therefore, there are no direct subcontracting implications for small businesses stemming from this specific award, nor is there an immediate impact on the small business ecosystem through set-asides.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer's representative (COR) within the Department of the Army. Accountability measures are embedded in the firm-fixed-price contract terms, requiring delivery of specified services. Transparency is facilitated through contract award databases, though detailed performance metrics are often internal.

Related Government Programs

  • Logistics Readiness Support Services
  • Base Operations Support Services
  • Facilities Maintenance Contracts
  • Department of Defense Procurement

Risk Flags

  • Contractor performance history requires verification.
  • Potential for limited competition if exclusions were overly restrictive.
  • Dependence on a single task order for critical services.

Tags

defense, department-of-the-army, texas, facilities-support-services, logistics, firm-fixed-price, full-and-open-competition, task-order, >$1m, >$5m

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $8.3 million to SAWTST LLC. 63D LOGISTICS SUPPORT SERVICES, TX REGION, FINAL TASK ORDER, POP 10/28/2025-10/27/2026

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 $8.3 million.

What is the period of performance?

Start: 2025-10-28. End: 2026-10-27.

What is the track record of SAWTST LLC in performing similar logistics support services for the Department of Defense?

Assessing SAWTST LLC's track record requires a deeper dive into their contract history beyond this single task order. Publicly available data often shows contract awards but not necessarily detailed performance reviews or past performance evaluations. To understand their reliability, one would need to examine previous contracts, their duration, value, and any reported issues or successes. Federal procurement databases and agency performance rating systems (like the Contractor Performance Assessment Reporting System - CPARS) are key resources for this analysis. A history of successful, on-time, and within-budget delivery of similar services would indicate a lower risk, while a pattern of issues could raise concerns about future performance.

How does the $8.3 million cost compare to similar logistics support contracts awarded by the Department of the Army in the Texas region?

Direct comparison of the $8.3 million cost is challenging without specific details on the scope of services, service levels, and duration. However, the contract is a firm-fixed-price award for a 364-day period, which helps in benchmarking. To perform a robust comparison, one would analyze other Army contracts for facilities support or logistics services in Texas or similar geographic areas, looking at per-diem rates, labor hours, or service-unit costs. If comparable contracts show significantly lower or higher prices for similar deliverables, it would indicate whether this award represents a strong or weak value. The 'full and open competition after exclusion of sources' suggests a competitive pricing environment, which should theoretically drive costs down.

What are the primary risk indicators associated with this specific task order and contractor?

The primary risk indicators for this task order include its reliance on a single contractor, SAWTST LLC, for critical logistics functions in the Texas region. While the firm-fixed-price structure mitigates cost overrun risks, performance risk remains. The 'after exclusion of sources' aspect of the competition, while competitive, might imply specific technical requirements that limited the pool of eligible bidders, potentially reducing overall competition intensity. Furthermore, the duration of the task order (one year) suggests it might be part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract, and the overall performance and stability of that parent contract would also be a factor. Monitoring contractor performance against key performance indicators (KPIs) and ensuring robust oversight are crucial.

What is the historical spending pattern for logistics support services by the Department of the Army in Texas?

Analyzing historical spending patterns for logistics support services by the Department of the Army in Texas would involve aggregating data from various contracts over several fiscal years. This would reveal trends in contract values, types of services procured (e.g., maintenance, transportation, warehousing), and the primary contractors utilized. Such analysis could identify periods of increased or decreased spending, potential consolidation of contracts, or shifts in service requirements. Understanding this historical context helps in evaluating whether the current $8.3 million task order is an anomaly, a continuation of a trend, or a response to specific operational needs. It also informs budget planning and identifies potential areas for cost savings or efficiency improvements.

How does the 'full and open competition after exclusion of sources' procurement method impact price discovery and potential contractor innovation?

The 'full and open competition after exclusion of sources' method aims to balance broad competition with specific technical needs. It allows the agency to exclude sources that do not meet mandatory requirements upfront, ensuring that only capable offerors participate in the final competition. This can lead to better price discovery by focusing competition among qualified bidders, potentially resulting in more realistic and competitive pricing. However, if the exclusions are too restrictive, they might inadvertently limit the number of potential bidders, thereby reducing the intensity of competition and potentially stifling innovation. The agency must carefully define exclusions to ensure they are necessary and do not unduly restrict the market.

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

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 169 HILLWOOD CIR, NEWNAN, GA, 30263

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

Financial Breakdown

Contract Ceiling: $8,649,965

Exercised Options: $8,649,965

Current Obligation: $8,302,838

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: W911SA20D3001

IDV Type: IDC

Timeline

Start Date: 2025-10-28

Current End Date: 2026-10-27

Potential End Date: 2026-10-27 00:00:00

Last Modified: 2025-12-10

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