DoD awards $6.5M for Fort Leonard Wood facilities support, highlighting potential value in long-term O&M services

Contract Overview

Contract Amount: $6,531,731 ($6.5M)

Contractor: King & George, LLC

Awarding Agency: Department of Defense

Start Date: 2025-08-01

End Date: 2026-10-31

Contract Duration: 456 days

Daily Burn Rate: $14.3K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: OMEE VII MATOC, O+M SERVICES SUPPORTING THE MEDICAL TREATMENT FACILITIES FOR FORT LEONARD WOOD, MO.

Place of Performance

Location: FORT LEONARD WOOD, PULASKI County, MISSOURI, 65473

State: Missouri Government Spending

Plain-Language Summary

Department of Defense obligated $6.5 million to KING & GEORGE, LLC for work described as: OMEE VII MATOC, O+M SERVICES SUPPORTING THE MEDICAL TREATMENT FACILITIES FOR FORT LEONARD WOOD, MO. Key points: 1. Contract value of $6.5M over 456 days suggests a moderate investment in essential facility operations. 2. Full and open competition indicates a potentially competitive bidding process, aiming for price discovery. 3. The fixed-price contract type shifts performance risk to the contractor, incentivizing efficient delivery. 4. This award falls within the Facilities Support Services NAICS code, a common area for government contracting. 5. The contract duration of over a year allows for sustained service delivery and operational stability. 6. The absence of small business set-aside flags suggests a focus on larger prime contractors or specific capabilities.

Value Assessment

Rating: good

The contract's value of $6.5M for 456 days of facilities support services at Fort Leonard Wood appears reasonable given the scope of operations and maintenance required for medical treatment facilities. Benchmarking against similar contracts for base operations and maintenance services at other military installations would provide a more precise assessment of value for money. The firm fixed-price structure suggests the government has secured a defined cost for the services, transferring performance risk to the contractor.

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 these services. This level of competition is generally favorable for price discovery and can lead to more competitive pricing for the government.

Taxpayer Impact: Taxpayers benefit from a competitive bidding process that aims to secure services at the best possible price, preventing potential overpayment and ensuring efficient use of public funds.

Public Impact

Military personnel and their families at Fort Leonard Wood benefit from well-maintained and operational medical treatment facilities. Essential healthcare services are supported through the reliable functioning of these facilities. The contract ensures the physical infrastructure of medical buildings remains in good condition, contributing to a safe environment. Local workforce in Missouri may see employment opportunities through the contractor's operations and potential subcontracting.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Facilities Support Services represent a significant segment of the government contracting market, encompassing a wide range of activities from maintenance and repair to operations and management of physical infrastructure. This contract, supporting medical treatment facilities, falls within this broad category. Spending in this sector is consistently high across various federal agencies, driven by the need to maintain government-owned properties and ensure operational readiness. Comparable contracts often involve multi-year durations and significant dollar values, reflecting the ongoing nature of facility management.

Small Business Impact

This contract was not awarded as a small business set-aside, nor does it appear to have specific subcontracting requirements for small businesses indicated in the provided data. This suggests that the primary focus was on securing the most capable contractor through open competition, rather than specifically targeting small business participation. The impact on the small business ecosystem would depend on whether the prime contractor, King & George, LLC, utilizes small businesses for any subcontracting opportunities, which is not explicitly detailed here.

Oversight & Accountability

Oversight for this contract would typically be managed by the Department of the Army contracting officer and their representatives (CORs), who are responsible for monitoring contractor performance, ensuring compliance with contract terms, and approving payments. Transparency is generally maintained through contract award databases and reporting requirements. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse related to the contract.

Related Government Programs

Risk Flags

Tags

facilities-support-services, department-of-defense, department-of-the-army, fort-leonard-wood, missouri, full-and-open-competition, firm-fixed-price, operations-and-maintenance, medical-facilities, facilities-management

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $6.5 million to KING & GEORGE, LLC. OMEE VII MATOC, O+M SERVICES SUPPORTING THE MEDICAL TREATMENT FACILITIES FOR FORT LEONARD WOOD, MO.

Who is the contractor on this award?

The obligated recipient is KING & GEORGE, 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 $6.5 million.

What is the period of performance?

Start: 2025-08-01. End: 2026-10-31.

What is the track record of King & George, LLC in performing similar facilities support services for the Department of Defense or other federal agencies?

Assessing the track record of King & George, LLC is crucial for understanding their capability to deliver on this contract. A review of their past performance evaluations, contract history, and any reported issues or successes on similar projects would provide insight into their reliability, quality of service, and ability to manage complex facility operations. Specifically, looking at contracts of comparable size, duration, and scope, particularly those involving medical facilities, would offer the most relevant context. Information on their past performance can often be found in federal procurement databases or through agency-specific performance assessment systems. A strong past performance record would indicate a lower risk for this new award.

How does the awarded price compare to historical spending on similar facilities support services at Fort Leonard Wood or comparable military bases?

To benchmark the value for money, the awarded price of approximately $6.5 million over 456 days should be compared against historical spending for similar facilities support services at Fort Leonard Wood and other Department of Defense installations of comparable size and function. This comparison should account for inflation, contract duration, and the specific scope of services (e.g., O&M for medical facilities). Analyzing trends in pricing for these types of services can reveal whether this award represents an increase, decrease, or stable cost compared to previous periods. Significant deviations from historical averages might warrant further investigation into the underlying reasons, such as changes in service requirements, market conditions, or contractor efficiency.

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

The primary performance risks for this facilities support contract include potential disruptions to essential medical facility operations, inadequate maintenance leading to infrastructure degradation, and contractor non-compliance with service level agreements. Given the firm fixed-price nature, a key risk is the contractor potentially cutting corners on quality or maintenance to maximize profit, which could impact facility readiness and safety. Mitigation strategies typically involve robust contract oversight by the government, including regular performance reviews, site inspections, and clear performance metrics defined in the contract. The presence of a strong COR and adherence to established quality assurance surveillance plans are critical for identifying and addressing performance issues proactively before they escalate.

How effective are the current oversight mechanisms in ensuring the contractor meets the required standards for medical facility operations and maintenance?

The effectiveness of oversight mechanisms hinges on the diligence and resources allocated by the contracting agency. For this contract, the Department of the Army's designated Contracting Officer's Representative (COR) plays a pivotal role. The COR is responsible for day-to-day monitoring of contractor performance, verifying that services meet the specified standards, and ensuring compliance with all contract terms. Effective oversight involves regular communication with the contractor, site visits, performance data analysis, and prompt resolution of any identified deficiencies. The contract's success in maintaining the operational integrity and safety of medical facilities directly reflects the efficacy of these oversight processes. Robust quality assurance surveillance plans (QASPs) are essential tools for structured oversight.

What is the historical spending trend for facilities support services by the Department of the Army at Fort Leonard Wood?

Analyzing historical spending trends for facilities support services at Fort Leonard Wood by the Department of the Army is essential for contextualizing the current $6.5 million award. This would involve examining past contracts for similar services, noting their values, durations, and the contractors involved. Understanding whether spending has been consistent, increasing, or decreasing over time can indicate shifts in facility needs, budget allocations, or market dynamics. For instance, a steady increase might suggest growing infrastructure demands or rising service costs, while a decrease could point to consolidation or efficiency gains. This historical perspective helps in evaluating the current award's financial reasonableness and identifying any significant deviations that warrant further scrutiny.

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

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 320 HEMPHILL ST, FORT WORTH, TX, 76104

Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $13,076,557

Exercised Options: $6,709,489

Current Obligation: $6,531,731

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: W912DY24D0015

IDV Type: IDC

Timeline

Start Date: 2025-08-01

Current End Date: 2026-10-31

Potential End Date: 2027-07-31 00:00:00

Last Modified: 2025-12-30

More Contracts from King & George, LLC

View all King & George, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending