DoD's $6.1M Fire Suppression Contract for Tucson Air National Guard Base Awarded to Chase, Carson & White, L.L.C
Contract Overview
Contract Amount: $6,134,188 ($6.1M)
Contractor: Chase, Carson & White, L.L.C.
Awarding Agency: Department of Defense
Start Date: 2023-10-31
End Date: 2026-04-02
Contract Duration: 884 days
Daily Burn Rate: $6.9K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: REPLACE FIRE SUPPRESSION, B12 AT TUCSON AIR NATIONAL GUARD BASE, TUCSON, AZ
Place of Performance
Location: TUCSON, PIMA County, ARIZONA, 85701
State: Arizona Government Spending
Plain-Language Summary
Department of Defense obligated $6.1 million to CHASE, CARSON & WHITE, L.L.C. for work described as: REPLACE FIRE SUPPRESSION, B12 AT TUCSON AIR NATIONAL GUARD BASE, TUCSON, AZ Key points: 1. The contract value of $6.1 million appears reasonable for specialized fire suppression services at a military installation. 2. Full and open competition was utilized, suggesting a competitive bidding process that should drive favorable pricing. 3. The contract duration of approximately 2.5 years provides a stable period for service delivery. 4. The award to a single entity, Chase, Carson & White, L.L.C., indicates a specific capability was sought. 5. The fixed-price contract type shifts performance risk to the contractor, potentially benefiting the government. 6. The absence of small business set-aside flags suggests the primary contractor is not a small business, and subcontracting opportunities are not explicitly mandated. 7. The contract falls under specialty trade contractors, a broad category with diverse market dynamics.
Value Assessment
Rating: good
The contract value of $6.1 million for fire suppression services at a military base is within a typical range for such specialized work. Benchmarking against similar contracts for base maintenance and infrastructure support at other Air National Guard or Army installations would provide a more precise value-for-money assessment. The firm-fixed-price structure is generally favorable for the government as it caps costs, assuming the contractor's bid accurately reflects the scope of work and associated risks.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'full and open competition after exclusion of sources,' which implies that proposals were solicited from all responsible sources, but specific exclusions were made. This suggests a competitive process was intended, though the 'exclusion of sources' detail warrants further investigation to understand if it limited the pool of bidders. The number of bidders is not provided, which would be crucial for a complete assessment of competition dynamics and price discovery.
Taxpayer Impact: The use of full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to lower prices and better quality services. However, the specific exclusions in this case might have limited the extent of this benefit.
Public Impact
The primary beneficiaries are the Department of Defense and the Tucson Air National Guard Base, ensuring critical fire safety infrastructure. The services delivered include the maintenance and potentially installation or upgrade of fire suppression systems. The geographic impact is localized to Tucson, Arizona, specifically at the Air National Guard base. Workforce implications may include employment for skilled technicians and contractors involved in fire suppression system maintenance and repair.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific details on the number of bidders limits the assessment of true competition.
- The 'exclusion of sources' clause requires further scrutiny to ensure it did not unduly restrict competition.
- No explicit small business subcontracting goals are indicated, potentially limiting opportunities for smaller firms.
Positive Signals
- Firm-fixed-price contract type transfers cost overrun risk to the contractor.
- Full and open competition, even with exclusions, suggests an attempt to leverage market forces for best value.
- The contract duration provides stability for essential base operations.
Sector Analysis
The specialty trade contractors sector encompasses a wide range of specialized construction and maintenance services. This contract for fire suppression systems falls within this broad category, often requiring specific certifications and expertise. The market for such services is driven by regulatory compliance, safety standards, and the operational needs of facilities, particularly government and military installations. Comparable spending benchmarks would typically be found within defense infrastructure maintenance budgets.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). This suggests that the primary contract was awarded based on capabilities and price, without specific set-aside provisions. While there are no explicit subcontracting requirements mentioned, the prime contractor may still engage small businesses for certain aspects of the work. The absence of set-asides means that opportunities for small businesses are not guaranteed through this specific award mechanism.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of the Department of the Army contracting officers and potentially the Inspector General's office for the Department of Defense. Accountability measures are inherent in the firm-fixed-price contract, requiring the contractor to deliver specified services. Transparency is facilitated through contract award databases, though detailed performance metrics and oversight reports may not always be publicly accessible.
Related Government Programs
- Department of Defense Fire and Emergency Services
- Air National Guard Base Maintenance Contracts
- Specialty Trade Services Procurement
- Federal Fire Safety Infrastructure
Risk Flags
- Potential for limited competition due to 'exclusion of sources'.
- Risk of contractor performance issues in a firm-fixed-price contract if not adequately monitored.
- Lack of explicit small business subcontracting goals.
Tags
defense, department-of-defense, tucson, arizona, definitive-contract, firm-fixed-price, full-and-open-competition, specialty-trade-contractors, infrastructure-maintenance, fire-suppression
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $6.1 million to CHASE, CARSON & WHITE, L.L.C.. REPLACE FIRE SUPPRESSION, B12 AT TUCSON AIR NATIONAL GUARD BASE, TUCSON, AZ
Who is the contractor on this award?
The obligated recipient is CHASE, CARSON & WHITE, L.L.C..
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Army).
What is the total obligated amount?
The obligated amount is $6.1 million.
What is the period of performance?
Start: 2023-10-31. End: 2026-04-02.
What is the track record of Chase, Carson & White, L.L.C. with federal contracts, particularly with the Department of Defense?
A review of federal contract databases would be necessary to fully assess the track record of Chase, Carson & White, L.L.C. with the Department of Defense and other federal agencies. Key metrics to examine would include the number of previous awards, contract values, performance ratings (if available), and any history of contract disputes or terminations. Understanding their past performance in similar service areas, such as facility maintenance or specialized technical services, would provide insight into their capability to successfully execute this fire suppression contract. Without specific historical data, it is difficult to definitively assess their reliability and past success.
How does the $6.1 million contract value compare to similar fire suppression contracts awarded by the DoD or other federal agencies?
Benchmarking this $6.1 million contract against similar fire suppression contracts requires access to a broader dataset of federal procurements. Factors such as the specific type of fire suppression system, the size and complexity of the facility (Tucson Air National Guard Base), the duration of the contract (884 days), and the geographic location can significantly influence pricing. Generally, firm-fixed-price contracts for specialized maintenance at military installations can range widely. A value of $6.1 million over approximately 2.5 years suggests a substantial scope of work, potentially involving advanced systems or extensive coverage. Further analysis would involve comparing cost per square foot or cost per system component across comparable contracts to determine if this award represents a fair and reasonable price.
What are the specific risks associated with this firm-fixed-price contract for fire suppression services?
The primary risk with a firm-fixed-price (FFP) contract, from the government's perspective, is that the contractor may cut corners on quality or service to maximize profit if the initial price was set too low or if unforeseen issues arise. For this fire suppression contract, risks could include inadequate maintenance leading to system failures, use of substandard materials, or insufficient staffing. The contractor bears the risk of cost overruns; if their expenses exceed the fixed price, their profit margin shrinks, potentially leading to performance issues or attempts to seek change orders. The 'exclusion of sources' in the competition also introduces a risk that the chosen contractor may not have faced the most competitive pricing pressure possible.
What does the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' designation imply for program effectiveness and taxpayer value?
This designation implies that the contract was initially intended to be competed broadly, but certain sources were subsequently excluded. This could be due to specific technical requirements, security clearances, or other pre-defined criteria. While 'full and open competition' is generally positive for taxpayer value as it encourages multiple bids, the exclusion of sources can limit the competitive pool. If the exclusions were justified and necessary to meet stringent requirements, the program could still be effective. However, if the exclusions were overly broad or arbitrary, it might have reduced the number of viable bidders, potentially leading to a higher price than could have been achieved in a truly unrestricted competition. The effectiveness hinges on whether the selected contractor possesses the unique capabilities required and if the pricing remains competitive despite the limited pool.
How does the contract's duration of 884 days (approx. 2.5 years) impact the overall value and risk for the government?
A contract duration of 884 days provides a significant period for the contractor to establish a consistent level of service and for the government to realize the benefits of reliable fire suppression systems. This longer duration can lead to better value through economies of scale for the contractor, potentially translating into more stable or even reduced per-unit costs over time compared to multiple short-term contracts. It also reduces the administrative burden and cost associated with frequent re-procurement. From a risk perspective, a longer contract allows for deeper integration of the contractor's services into base operations, but it also means the government is committed to a single provider for an extended period. This necessitates robust performance monitoring to ensure continued quality and value throughout the contract term.
What is the significance of the NAICS code 238990 (All Other Specialty Trade Contractors) in understanding this contract?
The NAICS code 238990, 'All Other Specialty Trade Contractors,' indicates that the contractor provides specialized construction or trade services that do not fit into more specific specialty trade categories. For this contract, it signifies that Chase, Carson & White, L.L.C. is engaged in a specific type of specialty trade work related to fire suppression systems, which is not categorized elsewhere. This broad classification suggests the company may offer a diverse range of specialized services or that the specific nature of fire suppression contracting is not granularly defined within the NAICS system. It implies the need to look beyond the NAICS code itself to understand the precise technical requirements and capabilities involved in fulfilling the contract's objectives.
Industry Classification
NAICS: Construction › Other Specialty Trade Contractors › All Other Specialty Trade Contractors
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR NONBUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: W912PL23R0029
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 16831 S COLEMAN ST, PHOENIX, AZ, 85045
Business Categories: Black American Owned Business, Category Business, DoT Certified Disadvantaged Business Enterprise, Limited Liability Corporation, Minority Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $6,134,188
Exercised Options: $6,134,188
Current Obligation: $6,134,188
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2023-10-31
Current End Date: 2026-04-02
Potential End Date: 2026-04-02 00:00:00
Last Modified: 2025-12-19
More Contracts from Chase, Carson & White, L.L.C.
- Acquire Print Services for the SSA Print Mail Facility in Baltimore, MD — $5.1M (Social Security Administration)
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)