DHA-FE IO&T AA SERVICE SUPPORT contract awarded to Seven Generations Architecture & Engineering LLC for over $18.9M

Contract Overview

Contract Amount: $18,928,610 ($18.9M)

Contractor: Seven Generations Architecture & Engineering LLC

Awarding Agency: Department of Defense

Start Date: 2020-06-28

End Date: 2025-06-27

Contract Duration: 1,825 days

Daily Burn Rate: $10.4K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: DHA-FE IO&T AA SERVICE SUPPORT

Place of Performance

Location: HERNDON, LOUDOUN County, DISTRICT OF COLUMBIA, 20598

State: District of Columbia Government Spending

Plain-Language Summary

Department of Defense obligated $18.9 million to SEVEN GENERATIONS ARCHITECTURE & ENGINEERING LLC for work described as: DHA-FE IO&T AA SERVICE SUPPORT Key points: 1. The contract value of $18.9M over five years suggests a significant investment in facilities support services. 2. The "NOT AVAILABLE FOR COMPETITION" status raises questions about the procurement process and potential for cost savings through competition. 3. The fixed-price contract type aims to control costs, but the lack of competition may limit price discovery. 4. The duration of 1825 days (5 years) indicates a long-term need for these services. 5. The contract is categorized under Facilities Support Services, a broad category with potential for varied service delivery. 6. The award to a single contractor without competition warrants scrutiny regarding justification and market availability.

Value Assessment

Rating: questionable

Benchmarking the value of this $18.9M contract is challenging without more specific service details and comparable contract data. However, the lack of competition suggests that the government may not have achieved the most favorable pricing. The fixed-price nature provides some cost certainty, but the absence of competitive bids means there's no clear market benchmark to assess if the price is truly competitive. Further analysis would require understanding the specific deliverables and comparing them to similar sole-source or limited-competition contracts in the facilities support sector.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded under a 'NOT AVAILABLE FOR COMPETITION' status, indicating that the procurement process did not involve open competition. This typically occurs when only one source is capable of meeting the government's needs, or in specific circumstances like urgent requirements or follow-on work. The lack of multiple bidders means that price discovery through market forces was limited, potentially leading to higher costs for the government compared to a fully competed contract.

Taxpayer Impact: Taxpayers may be paying a premium due to the absence of competitive bidding. Without multiple offers, the government lacks the leverage to negotiate the lowest possible price, potentially resulting in less efficient use of public funds.

Public Impact

The primary beneficiaries are likely the Department of the Army and potentially other entities within the DHA-FE IO&T, receiving essential facilities support services. The services delivered are broadly categorized as Facilities Support Services, which could encompass a wide range of activities from maintenance and repair to operational support. The geographic impact is centered in the District of Columbia, where the contractor is registered. Workforce implications may include employment opportunities for individuals with expertise in facilities management and support, both directly with the contractor and potentially through subcontractors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition may lead to inflated prices and reduced innovation.
  • The broad 'Facilities Support Services' category lacks specificity, making it difficult to assess performance and value.
  • The sole-source award requires a strong justification to ensure it was truly necessary and in the government's best interest.
  • Limited transparency into the selection process due to non-competitive award.

Positive Signals

  • The fixed-price contract type provides cost certainty for the government.
  • The contract is awarded to a single entity, potentially allowing for streamlined communication and management.
  • The five-year duration suggests a stable, long-term requirement being met.

Sector Analysis

Facilities Support Services represent a significant segment of the government contracting market, encompassing a wide array of services essential for the operation and maintenance of federal facilities. This sector often sees a mix of large and small businesses competing for contracts. The total addressable market for such services is substantial, with agencies constantly seeking efficient and cost-effective solutions. This particular contract, valued at over $18.9 million, falls within the mid-to-large range for a single facilities support award, especially considering its five-year term.

Small Business Impact

The data indicates that this contract was not awarded as a small business set-aside (sb: false). There is no explicit information regarding subcontracting plans for small businesses. Given the sole-source nature of the award, it is less likely that small businesses would be integrated through subcontracting unless specifically mandated or initiated by the prime contractor. Further investigation into the contractor's subcontracting goals would be necessary to determine the impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract would typically fall under the purview of the contracting agency (Department of the Army) and potentially the Defense Contract Management Agency (DCMA). Accountability measures are inherent in the fixed-price contract terms, requiring the contractor to deliver specified services. Transparency is limited due to the sole-source award, as the justification and negotiation details may not be publicly accessible. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

  • Facilities Maintenance and Repair Services
  • Base Operations Support
  • Logistics and Support Services
  • Professional, Scientific, and Technical Services

Risk Flags

  • Sole-source award without clear justification.
  • Lack of transparency in procurement process.
  • Potential for above-market pricing due to lack of competition.
  • Broad service category lacks specificity for performance assessment.

Tags

facilities-support-services, department-of-defense, department-of-the-army, district-of-columbia, definitive-contract, firm-fixed-price, sole-source, large-contract, facilities-management, government-contracting

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $18.9 million to SEVEN GENERATIONS ARCHITECTURE & ENGINEERING LLC. DHA-FE IO&T AA SERVICE SUPPORT

Who is the contractor on this award?

The obligated recipient is SEVEN GENERATIONS ARCHITECTURE & ENGINEERING 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 $18.9 million.

What is the period of performance?

Start: 2020-06-28. End: 2025-06-27.

What specific services are included under 'Facilities Support Services' for this contract?

The provided data categorizes this award under 'Facilities Support Services' (NAICS code 561210) but does not detail the specific services rendered. This broad category can encompass a wide range of activities, including but not limited to, building maintenance, repair, janitorial services, groundskeeping, pest control, waste management, and potentially specialized support for IT infrastructure or security within facilities. Without access to the contract's statement of work (SOW), it is impossible to ascertain the precise scope of services. This lack of specificity makes it difficult to benchmark performance or compare value effectively against other contracts.

What is the justification for awarding this contract on a sole-source basis?

The data explicitly states the contract was awarded as 'NOT AVAILABLE FOR COMPETITION,' which is synonymous with a sole-source award. The specific justification for this determination is not provided in the abbreviated data. Typically, sole-source awards are justified under specific circumstances outlined in federal acquisition regulations, such as when only one responsible source is available, or in cases of urgent and compelling need. The Department of Defense would have had to document and approve this justification. Without access to that documentation, it's impossible to verify the validity of the sole-source determination and assess if competitive alternatives were truly unavailable or impractical.

How does the $18.9M contract value compare to similar facilities support contracts awarded by the Department of Defense?

Comparing the $18.9 million contract value for five years requires context regarding the scope and scale of services. Facilities support contracts can vary dramatically. For instance, a contract solely for janitorial services would be priced differently than one encompassing full building operations and maintenance for a large complex. Generally, an $18.9M contract over five years averages around $3.78 million per year. This is a substantial amount, suggesting a significant scope of services or a high-cost operating environment. To provide a precise comparison, one would need to analyze similar sole-source or competed contracts for facilities support within the DoD, considering factors like facility size, geographic location, and the specific services included in the statement of work.

What are the potential risks associated with a sole-source contract of this magnitude?

The primary risk associated with a sole-source contract of this magnitude is the potential for inflated costs due to the lack of competitive pressure. Without competing bids, the government may not be securing the best possible price for the services. Another risk is reduced innovation, as the contractor may have less incentive to develop novel or more efficient service delivery methods. Furthermore, there's a risk of vendor lock-in, making it difficult and costly to transition to a different provider in the future. The lack of transparency inherent in sole-source procurements can also obscure potential inefficiencies or performance issues, making oversight more challenging.

What is the track record of Seven Generations Architecture & Engineering LLC in performing federal contracts?

The provided data does not include information on the track record of Seven Generations Architecture & Engineering LLC. To assess their performance history, one would need to consult federal procurement databases like SAM.gov (System for Award Management) or FPDS (Federal Procurement Data System) for details on past awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any history of contract disputes or terminations. A thorough review of their past performance is crucial for understanding their reliability and capability in fulfilling government contracts, especially for a significant sole-source award.

What is the historical spending trend for facilities support services within DHA-FE IO&T or the Department of the Army?

The provided data does not contain historical spending trends for facilities support services within DHA-FE IO&T or the Department of the Army. To analyze such trends, one would need to access historical contract data over several fiscal years. This would involve querying procurement databases for all contracts awarded under relevant NAICS codes (like 561210) to these specific agencies or sub-agencies. Examining this data would reveal patterns in spending, identify major contractors, and highlight fluctuations in demand or contract values, providing context for the current $18.9 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: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: W912DY20R0027

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 600 E MICHIGAN AVE STE B, KALAMAZOO, MI, 49007

Business Categories: 8(a) Program Participant, Category Business, Government, HUBZone Firm, Native American Tribal Government, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $20,753,962

Exercised Options: $20,753,962

Current Obligation: $18,928,610

Actual Outlays: $84,379

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2020-06-28

Current End Date: 2025-06-27

Potential End Date: 2025-06-27 00:00:00

Last Modified: 2025-11-19

More Contracts from Seven Generations Architecture & Engineering LLC

View all Seven Generations Architecture & Engineering LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending