DoD's $32.5M Fire Suppression Contract Awarded to Akima Intra-Data, LLC for 3 Months

Contract Overview

Contract Amount: $32,471,015 ($32.5M)

Contractor: Akima Intra-Data, LLC

Awarding Agency: Department of Defense

Start Date: 2024-03-10

End Date: 2026-06-18

Contract Duration: 830 days

Daily Burn Rate: $39.1K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: FIRE SUPPRESSION - 3 MONTHS

Place of Performance

Location: FORT IRWIN, SAN BERNARDINO County, CALIFORNIA, 92310

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $32.5 million to AKIMA INTRA-DATA, LLC for work described as: FIRE SUPPRESSION - 3 MONTHS Key points: 1. Contract value appears reasonable for a short-term, high-demand service. 2. Full and open competition suggests a competitive bidding process. 3. Potential risk indicators include the short duration and definitive contract type. 4. Performance context is critical given the essential nature of fire suppression. 5. This contract falls within the Facilities Support Services sector.

Value Assessment

Rating: good

The contract value of approximately $32.5 million for a 3-month period is substantial. Benchmarking against similar short-term, high-stakes facilities support contracts is challenging due to the specific nature of fire suppression services. However, the firm-fixed-price structure suggests that the government has a clear understanding of costs, and the competitive award process should have driven a fair price. Further analysis would require comparing the per-unit cost of services rendered against industry standards for emergency response and maintenance.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. With three bidders participating, the competition level suggests a healthy market interest for this type of service. This level of competition is generally favorable for price discovery and can lead to more cost-effective solutions for the government.

Taxpayer Impact: A competitive bidding process helps ensure that taxpayer dollars are used efficiently by driving down costs and encouraging innovative service delivery.

Public Impact

Military installations in California benefit from essential fire suppression services. Ensures the safety and operational readiness of critical DoD facilities. Supports the maintenance and protection of government property. Potential for local workforce employment in specialized support roles.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Short contract duration may lead to service continuity concerns if not managed proactively.
  • Reliance on a single definitive contract for critical safety services warrants close monitoring.
  • Potential for price escalation in future, longer-term contracts if competition diminishes.

Positive Signals

  • Awarded through full and open competition, indicating a robust bidding environment.
  • Firm-fixed-price contract provides cost certainty for the government.
  • Akima Intra-Data, LLC's experience in government contracting is a positive signal.

Sector Analysis

This contract operates within the Facilities Support Services sector, a broad category encompassing a wide range of services necessary for the operation and maintenance of physical infrastructure. The market for these services is substantial, driven by government agencies, commercial enterprises, and institutions requiring specialized support. This specific contract for fire suppression is a critical component of facility management, ensuring safety and compliance. Comparable spending benchmarks are difficult to pinpoint without more granular data on the specific services provided and the scale of facilities covered.

Small Business Impact

The data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). While Akima Intra-Data, LLC may engage small businesses as subcontractors, there is no explicit requirement or indication of a dedicated small business subcontracting plan within this award notice. The impact on the small business ecosystem would depend on Akima's subcontracting practices.

Oversight & Accountability

Oversight for this contract would typically fall under the purview of the Department of the Army contracting officers and program managers. Accountability measures are embedded in the firm-fixed-price contract terms, requiring delivery of specified services. Transparency is facilitated by the public nature of contract awards, though detailed performance metrics are not publicly disclosed. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

  • Base Operations Support Services
  • Emergency Response Services
  • Facilities Maintenance Contracts
  • Department of Defense Firefighter Services

Risk Flags

  • Short contract duration
  • Definitive contract type
  • Essential service criticality

Tags

defense, department-of-defense, department-of-the-army, facilities-support-services, fire-suppression, definitive-contract, full-and-open-competition, firm-fixed-price, california, akima-intra-data-llc

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $32.5 million to AKIMA INTRA-DATA, LLC. FIRE SUPPRESSION - 3 MONTHS

Who is the contractor on this award?

The obligated recipient is AKIMA INTRA-DATA, 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 $32.5 million.

What is the period of performance?

Start: 2024-03-10. End: 2026-06-18.

What is Akima Intra-Data, LLC's track record with similar federal contracts, particularly in facilities support and emergency services?

Akima Intra-Data, LLC has a significant history of performing federal contracts, including those related to facilities support and base operations. Their portfolio often includes services such as maintenance, logistics, and specialized support functions for various government agencies, including the Department of Defense. While specific details on their fire suppression contract performance require deeper investigation into past performance reports and award histories, their established presence suggests a capacity to manage complex government requirements. Analyzing their past performance ratings on similar contracts would provide further insight into their reliability and effectiveness in delivering critical services under demanding conditions.

How does the awarded price of approximately $32.5 million for 3 months compare to market rates for fire suppression services of this scale?

Determining precise market rates for a 3-month fire suppression contract of this magnitude is complex without detailed service scope and location specifics. However, the firm-fixed-price nature of the award suggests a pre-determined cost structure. Given the critical nature of fire suppression for military installations, costs can be influenced by specialized equipment, highly trained personnel, rapid response requirements, and regulatory compliance. A preliminary assessment suggests the price is substantial, reflecting the high stakes and specialized capabilities required. A more accurate comparison would involve benchmarking against other government or large commercial contracts for similar emergency response and facility protection services, considering factors like personnel hours, equipment deployment, and response time guarantees.

What are the primary risks associated with a short-duration contract for essential fire suppression services?

The primary risks associated with a short-duration contract for essential fire suppression services include potential disruptions in service continuity if follow-on contracts are delayed or if the incumbent contractor is not re-awarded. There's also a risk that the contractor may not fully invest in long-term preventative maintenance or infrastructure upgrades, focusing instead on meeting the immediate contractual obligations. Furthermore, the short timeframe might limit the government's ability to fully assess the contractor's performance and value, potentially leading to less informed decisions in future procurement. Ensuring seamless transition and maintaining high service standards throughout the contract period are critical risk mitigation strategies.

How effective is the 'full and open competition' approach in ensuring value for money for this type of specialized service?

The 'full and open competition' approach is generally effective in ensuring value for money for specialized services like fire suppression because it maximizes the pool of potential bidders, fostering a competitive environment. This competition encourages bidders to offer their most competitive pricing and innovative solutions to win the contract. The presence of three bidders in this instance suggests sufficient market interest. However, the effectiveness is also contingent on the clarity and completeness of the government's requirements and evaluation criteria. A well-defined solicitation process, coupled with rigorous evaluation of technical capabilities and price, is crucial for translating competition into optimal value for taxpayers.

What are the historical spending patterns for fire suppression or similar facilities support services within the Department of the Army?

Historical spending patterns for fire suppression and similar facilities support services within the Department of the Army are typically substantial and ongoing, reflecting the vast infrastructure requiring maintenance and protection. These services are often procured through multi-year contracts or as part of broader base operations support (BOS) agreements. Spending can fluctuate based on infrastructure upgrades, new facility construction, changes in operational tempo, and evolving safety regulations. Analyzing past contract awards for similar services, including their duration, value, and competition levels, would reveal trends in procurement strategies and cost structures, providing context for the current $32.5 million award.

Industry Classification

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

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: W9124B23R0002

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Nana Regional Corporation Inc.

Address: 10807 NEW ALLEGIANCE DR, COLORADO SPRINGS, CO, 80921

Business Categories: Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Not Designated a Small Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $88,096,295

Exercised Options: $32,471,015

Current Obligation: $32,471,015

Actual Outlays: $4,183

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2024-03-10

Current End Date: 2026-06-18

Potential End Date: 2029-12-18 00:00:00

Last Modified: 2025-09-03

More Contracts from Akima Intra-Data, LLC

View all Akima Intra-Data, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending