Department of the Army awards $42.6M for facilities support services to Weston Solutions Inc

Contract Overview

Contract Amount: $42,605,848 ($42.6M)

Contractor: Weston Solutions Inc

Awarding Agency: Department of Defense

Start Date: 2020-08-14

End Date: 2026-02-13

Contract Duration: 2,009 days

Daily Burn Rate: $21.2K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 6

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: RECURRING MAINTENANCE AND MINOR REPAIR RMMR SOUTH ATLANTIC DIVISION - AIR FORCE 2 SAD-AF2

Place of Performance

Location: ALBUQUERQUE, BERNALILLO County, NEW MEXICO, 87109

State: New Mexico Government Spending

Plain-Language Summary

Department of Defense obligated $42.6 million to WESTON SOLUTIONS INC for work described as: RECURRING MAINTENANCE AND MINOR REPAIR RMMR SOUTH ATLANTIC DIVISION - AIR FORCE 2 SAD-AF2 Key points: 1. Contract value appears reasonable for the scope of recurring maintenance and minor repair services. 2. Full and open competition suggests a competitive bidding process, potentially leading to better pricing. 3. The contract duration of nearly two years presents a moderate performance risk. 4. Services are categorized under Facilities Support Services, a common requirement for government agencies. 5. The contractor, Weston Solutions Inc., has a track record with federal contracts. 6. Fixed-price contract type shifts performance risk to the contractor.

Value Assessment

Rating: good

The contract's value of $42.6 million over approximately 1.75 years for recurring maintenance and minor repair services appears to be within a reasonable range for facilities support. Benchmarking against similar contracts for large-scale facilities maintenance across the Department of Defense would provide a more precise value-for-money assessment. However, the fixed-price nature of the contract suggests that the contractor bears the risk of cost overruns, which can be a positive indicator for the government.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of six bidders suggests a healthy level of competition for this requirement. A competitive environment generally leads to more favorable pricing and better service offerings for the government.

Taxpayer Impact: The full and open competition ensures that taxpayer dollars are likely being used efficiently by fostering a market-driven price discovery process.

Public Impact

The primary beneficiaries are the Department of the Army facilities in the South Atlantic Division, ensuring operational readiness and infrastructure integrity. Services delivered include recurring maintenance and minor repair of facilities, crucial for maintaining a safe and functional environment. The geographic impact is focused on the South Atlantic Division, supporting military installations within that region. Workforce implications may include direct and indirect employment opportunities for skilled trades and support personnel through Weston Solutions Inc. and its subcontractors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Facilities Support Services, classified under NAICS code 561210, represents a significant segment of the government contracting market. This sector encompasses a wide range of services essential for the operation and maintenance of government facilities. Spending in this area is consistent across various agencies, with the Department of Defense being a major consumer due to its extensive infrastructure. Comparable spending benchmarks would typically be assessed against other large-scale maintenance contracts within the defense sector.

Small Business Impact

The data indicates that this contract was not set aside for small businesses, and the 'sb' field is false. Therefore, there are no direct small business set-aside implications. However, the prime contractor, Weston Solutions Inc., may engage small businesses as subcontractors to fulfill portions of the contract requirements. The extent of small business subcontracting would depend on the company's policies and the nature of the services required.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of the Army's contracting and program management offices. Accountability measures are typically embedded within the contract terms, including performance standards, reporting requirements, and payment schedules. Transparency is facilitated through contract award databases like SAM.gov. The Inspector General's office for the Department of Defense may conduct audits or investigations if performance concerns or allegations of fraud arise.

Related Government Programs

Risk Flags

Tags

facilities-support-services, department-of-the-army, weston-solutions-inc, recurring-maintenance, minor-repair, south-atlantic-division, fixed-price, full-and-open-competition, defense, facilities-management

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $42.6 million to WESTON SOLUTIONS INC. RECURRING MAINTENANCE AND MINOR REPAIR RMMR SOUTH ATLANTIC DIVISION - AIR FORCE 2 SAD-AF2

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 $42.6 million.

What is the period of performance?

Start: 2020-08-14. End: 2026-02-13.

What is Weston Solutions Inc.'s track record with federal contracts, particularly in facilities support?

Weston Solutions Inc. has a history of performing federal contracts, including those related to facilities support and environmental services. A review of federal procurement data indicates multiple awards to the company across various agencies, including the Department of Defense. While specific performance metrics for past contracts are not detailed here, the company's continued awards suggest a level of satisfaction or capability recognized by government agencies. Further analysis would involve examining past performance evaluations and any documented disputes or corrective actions associated with their previous federal engagements.

How does the awarded price compare to market rates for similar facilities support services?

The awarded value of $42.6 million for approximately 20 months of service (August 2020 to February 2026) translates to an average annual value of roughly $24.3 million. Without specific details on the scope of services (e.g., square footage maintained, types of repairs, labor hours), a precise market rate comparison is challenging. However, for large-scale, recurring maintenance and minor repair contracts supporting significant military installations, this figure appears to be within a plausible range. Benchmarking against industry reports for facilities management costs or comparing with other large federal contracts for similar services would provide a more definitive assessment of value for money.

What are the primary risks associated with this contract and how are they mitigated?

Key risks include potential performance deficiencies by the contractor, scope creep in 'minor repairs,' and the long duration potentially leading to complacency. Mitigation strategies are inherent in the contract structure: the fixed-price type shifts financial risk to Weston Solutions Inc., incentivizing cost control. The Department of the Army's oversight, performance monitoring, and defined service level agreements are crucial for ensuring quality and adherence to scope. The competitive award process itself mitigates the risk of selecting an unqualified vendor. Regular performance reviews and clear communication channels are vital for proactive risk management.

How effective has full and open competition been in ensuring competitive pricing for facilities support services?

The award under full and open competition, with six bidders, suggests a robust market response. This level of competition generally drives down prices as contractors vie for the award by offering competitive bids. The fixed-price nature of the contract further reinforces this, as the contractor is locked into a price. While the specific savings achieved through competition cannot be quantified without a baseline or sole-source comparison, the process itself is designed to maximize price discovery and ensure the government receives fair market value. The number of bidders indicates sufficient market interest.

What is the historical spending pattern for facilities support services within the South Atlantic Division of the Air Force?

The provided data indicates this specific contract (awarded 2020, ending 2026) is for 'RECURRING MAINTENANCE AND MINOR REPAIR RMMR SOUTH ATLANTIC DIVISION - AIR FORCE 2 SAD-AF2'. The 'dur' field shows '2009', which might indicate the original program or a predecessor contract's start year, suggesting a long-standing requirement for these services in the region. Historical spending would likely show consistent, significant investment in facilities maintenance to support Air Force operations in the South Atlantic Division. Analyzing prior years' obligations for similar services would reveal trends and the overall budget allocation for infrastructure upkeep in this area.

Industry Classification

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

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: W912DY20R0020

Offers Received: 6

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Weston Solutions Holdings Inc

Address: 1400 WESTON WAY, WEST CHESTER, PA, 19380

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $42,605,848

Exercised Options: $42,605,848

Current Obligation: $42,605,848

Subaward Activity

Number of Subawards: 265

Total Subaward Amount: $12,553,488

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QSHA18D0016

IDV Type: FSS

Timeline

Start Date: 2020-08-14

Current End Date: 2026-02-13

Potential End Date: 2026-02-13 00:00:00

Last Modified: 2025-08-08

More Contracts from Weston Solutions Inc

View all Weston Solutions Inc federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending