Army awards $27.7M for recurring maintenance and repairs to Weston Solutions, Inc
Contract Overview
Contract Amount: $27,672,244 ($27.7M)
Contractor: Weston Solutions, Inc.
Awarding Agency: Department of Defense
Start Date: 2019-02-08
End Date: 2024-08-07
Contract Duration: 2,007 days
Daily Burn Rate: $13.8K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IFG::CT::IGF RECURRING MAINTENANCE AND MINOR REPAIRS, NORTHWESTERN DIVISION ARMY
Place of Performance
Location: ALBUQUERQUE, BERNALILLO County, NEW MEXICO, 87109
Plain-Language Summary
Department of Defense obligated $27.7 million to WESTON SOLUTIONS, INC. for work described as: IFG::CT::IGF RECURRING MAINTENANCE AND MINOR REPAIRS, NORTHWESTERN DIVISION ARMY Key points: 1. The contract value is $27.7 million over its period of performance. 2. Weston Solutions, Inc. is the sole awardee. 3. The contract type is Firm Fixed Price, indicating price certainty. 4. Facilities Support Services are essential for operational readiness.
Value Assessment
Rating: fair
The contract value of $27.7 million for a 5-year period (2019-2024) suggests a moderate annual spend. Benchmarking against similar facilities support contracts would be necessary to definitively assess pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which typically promotes competitive pricing. However, the specific award mechanism (Delivery Order) and the single awardee warrant further examination of the price discovery process.
Taxpayer Impact: The use of full and open competition is generally beneficial for taxpayers by encouraging competitive bids and potentially lower prices.
Public Impact
Ensures continued operation and maintenance of Army facilities in the Northwestern Division. Supports critical infrastructure necessary for military readiness and personnel. Provides essential services that contribute to the safety and functionality of installations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics in provided data.
- Potential for cost overruns if scope expands beyond minor repairs.
- Reliance on a single contractor for essential services.
Positive Signals
- Awarded through full and open competition.
- Firm Fixed Price contract type provides cost certainty.
- Long-term contract allows for consistent service delivery.
Sector Analysis
Facilities Support Services are crucial for maintaining government infrastructure. Spending in this sector can vary significantly based on the age and condition of facilities, as well as the scope of required maintenance and repairs.
Small Business Impact
The provided data does not indicate any specific provisions or set-asides for small businesses in this contract award.
Oversight & Accountability
Oversight would typically involve regular performance reviews by the Army contracting office to ensure services meet contractual requirements and to monitor expenditures.
Related Government Programs
- Facilities Support Services
- Department of Defense Contracting
- Department of the Army Programs
Risk Flags
- Potential for scope creep
- Contractor performance risk
- Adequacy of competition
- Price reasonableness uncertainty
Tags
facilities-support-services, department-of-defense, nm, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $27.7 million to WESTON SOLUTIONS, INC.. IFG::CT::IGF RECURRING MAINTENANCE AND MINOR REPAIRS, NORTHWESTERN DIVISION ARMY
Who is the contractor on this award?
The obligated recipient is WESTON SOLUTIONS, INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Army).
What is the total obligated amount?
The obligated amount is $27.7 million.
What is the period of performance?
Start: 2019-02-08. End: 2024-08-07.
What is the breakdown of costs for recurring maintenance versus minor repairs?
The provided data does not offer a detailed cost breakdown between recurring maintenance and minor repairs. Understanding this allocation is crucial for assessing whether the spending aligns with the stated purpose and for future budgeting and contract planning. Further analysis of the contract's statement of work and invoicing would be required.
How does the awarded price compare to the government estimate or benchmark for similar services?
Without access to the government's independent cost estimate or a benchmark of similar contracts for facilities support services in the specified region, a direct comparison is not possible. The 'fair' rating reflects this uncertainty. A thorough review would involve comparing the per-unit costs or total contract value against industry standards and historical data for comparable services.
What mechanisms are in place to ensure the quality and timeliness of the services provided?
While the contract is Firm Fixed Price, ensuring quality and timeliness relies on the Army's contract administration and oversight. This typically includes performance monitoring, quality assurance surveillance plans (QASPs), and defined procedures for addressing deficiencies or non-performance. The effectiveness of these mechanisms is key to realizing the intended value of the contract.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: W912DY18R0058
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Weston Solutions Holdings, Inc.
Address: 6100 SEAGULL ST NE STE B-103, ALBUQUERQUE, NM, 87109
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $27,672,244
Exercised Options: $27,672,244
Current Obligation: $27,672,244
Subaward Activity
Number of Subawards: 338
Total Subaward Amount: $10,057,913
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QSHA18D0016
IDV Type: FSS
Timeline
Start Date: 2019-02-08
Current End Date: 2024-08-07
Potential End Date: 2024-08-07 00:00:00
Last Modified: 2025-04-14
More Contracts from Weston Solutions, Inc.
- !!pr-Powerfy23!! Temporary Power Generation AT the Palo Seco Power Plant — $797.1M (Department of Defense)
- !!pr-Powerfy23!! Temporary Power Generation AT the SAN Juan Power Plant — $593.9M (Department of Defense)
- Temporary Power for 2 Months for Puerto Rico in Support of Hurricane Maria Recovery Efforts — $218.4M (Department of Defense)
- Federal Contract — $181.4M (Environmental Protection Agency)
- TAS::96 3135::TAS, TAS::96 3134::TAS, Task Order for Design-Build Matoc - Recovery - Hgnc, Multiple Site Repairs in Harris and Chambers Counties, Texas — $100.0M (Department of Defense)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)