DoD's $25.5M Fort Belvoir Operations & Maintenance Contract Awarded to EMCOR Government Services

Contract Overview

Contract Amount: $25,534,835 ($25.5M)

Contractor: Emcor Government Services, Inc

Awarding Agency: Department of Defense

Start Date: 2011-03-15

End Date: 2014-05-31

Contract Duration: 1,173 days

Daily Burn Rate: $21.8K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: TAS::97 0130::TAS OPERATION&MAINTENANCE SERVICES, FBCH, FORT BELVOIR, VA

Place of Performance

Location: FORT BELVOIR, FAIRFAX County, VIRGINIA, 22060

State: Virginia Government Spending

Plain-Language Summary

Department of Defense obligated $25.5 million to EMCOR GOVERNMENT SERVICES, INC for work described as: TAS::97 0130::TAS OPERATION&MAINTENANCE SERVICES, FBCH, FORT BELVOIR, VA Key points: 1. Contract value represents a significant investment in base operational support. 2. Full and open competition suggests a potentially competitive pricing environment. 3. Contract duration of nearly four years indicates a long-term need for services. 4. Firm Fixed Price contract type shifts cost risk to the contractor. 5. Awarded under the GSA Federal Supply Schedule, indicating potential for streamlined procurement. 6. Services provided are critical for the functioning of a major military installation.

Value Assessment

Rating: good

The contract's value of $25.5 million over approximately 3.8 years suggests a substantial commitment to maintaining facilities at Fort Belvoir. Benchmarking against similar base operations and maintenance contracts would be necessary for a precise value-for-money assessment. However, the firm fixed-price structure generally indicates that the contractor bears the risk of cost overruns, which can be a positive indicator for the government if the contractor's bid was competitive.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit offers. The data indicates three bids were received. A higher number of bidders typically suggests a more robust competition, which can lead to better pricing and service offerings for the government. The fact that three bids were submitted in response to a full and open solicitation is a positive sign for price discovery.

Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a competitive environment that can drive down costs and improve the quality of services received.

Public Impact

Base personnel and operations at Fort Belvoir, Virginia, benefit from consistent facility maintenance. Ensures the operational readiness and habitability of critical military infrastructure. Supports the local economy in Northern Virginia through contract execution. Indirectly supports the families and civilian workforce associated with the base.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Commercial and Institutional Building Construction sector, specifically focusing on operations and maintenance services for a large federal facility. The market for facilities management and base operations support is substantial within the federal government, with numerous contracts awarded annually across various agencies. Spending in this area is driven by the need to maintain aging infrastructure and ensure the functional readiness of government installations.

Small Business Impact

The provided data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). While EMCOR Government Services is the prime contractor, there is no explicit information on subcontracting plans for small businesses within this award. Further analysis would be needed to determine if subcontracting opportunities were made available to the small business ecosystem.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of the Army's contracting and program management offices. As a delivery order under a GSA Federal Supply Schedule, it benefits from the established oversight framework of GSA. Inspector General investigations could be initiated if performance issues or allegations of fraud arise. Transparency is generally maintained through contract award databases like FPDS.

Related Government Programs

Risk Flags

Tags

defense, department-of-defense, department-of-the-army, fort-belvoir, virginia, operations-and-maintenance, construction, full-and-open-competition, firm-fixed-price, gsa-federal-supply-schedule, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $25.5 million to EMCOR GOVERNMENT SERVICES, INC. TAS::97 0130::TAS OPERATION&MAINTENANCE SERVICES, FBCH, FORT BELVOIR, VA

Who is the contractor on this award?

The obligated recipient is EMCOR GOVERNMENT SERVICES, 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 $25.5 million.

What is the period of performance?

Start: 2011-03-15. End: 2014-05-31.

What is EMCOR Government Services' track record with similar federal contracts, particularly in base operations and maintenance?

EMCOR Government Services, Inc. has a significant history of performing federal contracts, including those related to facilities maintenance, operations, and construction. Their portfolio often includes large-scale projects for various government agencies, such as the Department of Defense, Department of Homeland Security, and others. Analyzing their past performance ratings, any past performance issues, and the scale of previously managed contracts would provide context for their capability to execute this specific Fort Belvoir requirement. A review of their contract history would reveal if they have successfully managed similar firm-fixed-price contracts of comparable value and duration, and whether they have a history of meeting performance metrics and delivery schedules.

How does the awarded price compare to industry benchmarks for similar operations and maintenance services at military installations?

Determining precise industry benchmarks for operations and maintenance services at military installations is complex due to variations in facility size, scope of services, geographic location, and specific contract requirements. However, the $25.5 million award over approximately 1173 days (roughly 3.8 years) translates to an average annual cost of approximately $6.7 million. This figure needs to be compared against data from similar contracts awarded by the Department of the Army or other branches of the DoD for installations of comparable size and complexity. Factors such as the inclusion of utilities, grounds maintenance, janitorial services, and minor repairs would influence the benchmark comparison. A detailed cost breakdown from the contractor, if available, would allow for a more granular comparison of labor rates, material costs, and overhead.

What are the primary risks associated with this contract, and what mitigation strategies are in place?

Primary risks for this contract include potential performance deficiencies by the contractor, leading to disruptions in base operations; unforeseen cost increases that could strain the firm-fixed-price ceiling if scope changes occur; and contractor personnel issues, such as turnover or lack of qualified staff. Mitigation strategies typically involve robust contract surveillance by the government's contracting officer's representative (COR), clear performance standards and metrics outlined in the Performance Work Statement (PWS), regular progress meetings, and defined procedures for change order management. The firm-fixed-price nature itself mitigates cost overrun risk for the government, provided the scope is well-defined and managed.

How effective has the GSA Federal Supply Schedule been in facilitating competitive pricing for this type of service?

The GSA Federal Supply Schedule (FSS) is designed to streamline the procurement process and leverage government-wide buying power. For services like base operations and maintenance, the FSS can offer pre-negotiated pricing and contract terms, reducing the time and effort required for individual agencies to solicit and award contracts. The effectiveness in facilitating competitive pricing depends on the specific schedule, the number of contractors listed, and the agency's ability to conduct market research and negotiate within the schedule's framework. In this case, the award was made under full and open competition, suggesting that while the FSS provided a vehicle, the competition itself was the primary driver for price discovery among the three bidders.

What is the historical spending trend for operations and maintenance services at Fort Belvoir or similar Army installations?

Historical spending on operations and maintenance (O&M) services at Fort Belvoir and similar Army installations generally reflects a consistent and significant requirement. These costs are driven by the need to maintain physical infrastructure, ensure readiness, and provide essential services to support military personnel and their families. Spending levels can fluctuate based on infrastructure investment cycles, budget appropriations, and changes in operational tempo. Analyzing past O&M expenditures for Fort Belvoir specifically, or for installations of comparable size and mission within the Army, would reveal trends in annual spending, the types of services most frequently contracted, and the average contract values over time. This context helps in evaluating whether the current $25.5 million award is in line with historical investment patterns.

Industry Classification

NAICS: ConstructionNonresidential Building ConstructionCommercial and Institutional Building Construction

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: W9127810R0038

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Roberts Immigration LAW Group, LLC (UEI: 017106386)

Address: 2800 CRYSTAL DRIVE, STE 600, ARLINGTON, VA, 22202

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

Financial Breakdown

Contract Ceiling: $25,534,835

Exercised Options: $25,534,835

Current Obligation: $25,534,835

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: W9127811D0012

IDV Type: IDC

Timeline

Start Date: 2011-03-15

Current End Date: 2014-05-31

Potential End Date: 2014-05-31 00:00:00

Last Modified: 2021-06-24

More Contracts from Emcor Government Services, Inc

View all Emcor Government Services, Inc federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending