Commerce Department's $21.5M Janitorial Services Contract Awarded to DIDLAKE INC
Contract Overview
Contract Amount: $21,550,735 ($21.6M)
Contractor: Didlake Inc
Awarding Agency: Department of Commerce
Start Date: 2020-02-27
End Date: 2025-04-30
Contract Duration: 1,889 days
Daily Burn Rate: $11.4K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: JANITORIAL SERVICES
Place of Performance
Location: GAITHERSBURG, MONTGOMERY County, MARYLAND, 20899
State: Maryland Government Spending
Plain-Language Summary
Department of Commerce obligated $21.6 million to DIDLAKE INC for work described as: JANITORIAL SERVICES Key points: 1. Value for money appears fair given the 5-year duration and fixed-price nature. 2. Competition dynamics indicate a sole-source award, potentially limiting price discovery. 3. Risk indicators are moderate, with contract duration and fixed-price terms. 4. Performance context is within janitorial services, a standard operational need. 5. Sector positioning is in general government services, supporting agency operations.
Value Assessment
Rating: fair
The contract's total value of $21.55 million over approximately 5 years suggests an average annual spend of $4.31 million. Benchmarking this against similar janitorial service contracts is challenging without more specific service scope details. However, the firm fixed-price structure provides cost certainty for the government. The price per month averages around $358,512, which needs to be evaluated against the square footage and specific services provided.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not openly competed. This approach is typically used when only one responsible source is available or when a compelling justification exists for not seeking competition. The lack of multiple bidders means that the government did not benefit from competitive pricing pressures that could have potentially lowered the cost.
Taxpayer Impact: Taxpayers may have paid a higher price than if the contract had been competed. The absence of competition limits the government's ability to ensure it is receiving the best possible value for the services rendered.
Public Impact
The primary beneficiaries are the employees and visitors of the National Institute of Standards and Technology (NIST) facilities, who will experience a cleaner and more hygienic environment. The services delivered include routine janitorial tasks essential for maintaining government facilities. The geographic impact is localized to the NIST facilities in Maryland. Workforce implications include the employment of individuals performing the janitorial services, likely through the contractor DIDLAKE INC.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing benefits for taxpayers.
- Lack of detailed service scope makes value-for-money assessment difficult.
- Long contract duration (over 5 years) may reduce flexibility for future service needs.
Positive Signals
- Firm fixed-price contract provides cost predictability.
- Contract supports essential facility maintenance for a key research agency.
- Established contractor (DIDLAKE INC) may bring experience to service delivery.
Sector Analysis
Janitorial services fall under the broader facilities support services sector. This sector is characterized by a large number of small and medium-sized businesses, as well as larger players. Government contracts for janitorial services are common across federal agencies to maintain buildings and grounds. The market size for government janitorial services is substantial, driven by the vast inventory of federal real property.
Small Business Impact
This contract does not appear to have a small business set-aside component, as indicated by 'sb: false'. There is no information provided regarding subcontracting plans. The sole-source nature of the award further suggests that opportunities for small businesses to participate as prime contractors were not pursued in this instance.
Oversight & Accountability
Oversight for this contract would typically reside with the contracting officer's representative (COR) at the National Institute of Standards and Technology. Performance standards and quality control measures are expected to be outlined in the contract's statement of work. Transparency is limited due to the sole-source nature, but contract award details are publicly available through federal procurement databases.
Related Government Programs
- Federal Building Maintenance Contracts
- Government Facility Support Services
- Janitorial and Cleaning Services
- National Institute of Standards and Technology Operations
Risk Flags
- Sole-source award may limit price competition.
- Lack of detailed service scope hinders precise value assessment.
Tags
janitorial-services, facilities-support, department-of-commerce, national-institute-of-standards-and-technology, sole-source, definitive-contract, firm-fixed-price, maryland, operational-support, contract-value-over-10m
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $21.6 million to DIDLAKE INC. JANITORIAL SERVICES
Who is the contractor on this award?
The obligated recipient is DIDLAKE INC.
Which agency awarded this contract?
Awarding agency: Department of Commerce (National Institute of Standards and Technology).
What is the total obligated amount?
The obligated amount is $21.6 million.
What is the period of performance?
Start: 2020-02-27. End: 2025-04-30.
What is the specific scope of services included in this $21.55 million janitorial contract?
The provided data indicates the contract is for 'Janitorial Services' (NAICS code 561720) awarded to DIDLAKE INC by the Department of Commerce's National Institute of Standards and Technology. However, the specific details of the scope of work, such as the square footage to be cleaned, frequency of services (daily, weekly, monthly), types of cleaning required (e.g., dusting, vacuuming, restroom sanitation, window washing), and any specialized services (e.g., floor waxing, carpet cleaning), are not included in the abbreviated data. A comprehensive understanding of the value for money would necessitate a review of the detailed Performance Work Statement (PWS) or Statement of Work (SOW) attached to the contract.
How does the pricing of this contract compare to similar janitorial services contracts at other federal agencies?
Direct price comparison is difficult without a detailed scope of work and service levels. However, the contract's total value of $21.55 million over approximately 63 months (February 2020 to April 2025) yields an average annual value of roughly $4.31 million, or about $358,512 per month. This figure needs to be contextualized by the size and complexity of the NIST facilities being serviced. Generally, janitorial services pricing is influenced by labor costs, material costs, geographic location, and the specific tasks required. Without these variables, benchmarking against other federal contracts remains speculative. The sole-source nature also raises questions about whether the price reflects competitive market rates.
What are the potential risks associated with a sole-source award for janitorial services?
The primary risk of a sole-source award is the potential for inflated pricing due to the lack of competition. When a contract is not competed, the government loses the opportunity to leverage market forces to secure the most cost-effective solution. This can lead to taxpayers paying more than necessary for the services. Additionally, sole-source awards can sometimes indicate a lack of market research or a failure to identify potential sources, which could represent a missed opportunity for small businesses or specialized providers. There's also a risk that the incumbent contractor may become complacent without the pressure of competition, potentially impacting service quality over time.
What is DIDLAKE INC's track record with federal janitorial service contracts?
Information on DIDLAKE INC's specific track record with federal janitorial service contracts is not detailed in the provided data. However, the fact that they were awarded this significant sole-source contract by the Department of Commerce suggests they have some established relationship or prior performance that justified this approach. To assess their track record thoroughly, one would need to examine their past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), other federal contracts they have held, and their history of compliance and service delivery. Without this additional information, it's difficult to definitively gauge their reliability and expertise in this domain.
How has federal spending on janitorial services evolved over the past five years, and where does this contract fit in?
Federal spending on janitorial services is a consistent and significant expenditure across numerous agencies to maintain government facilities. While specific aggregate data for janitorial services alone isn't readily available in this format, it falls under the broader category of facilities maintenance and support services, which collectively represent billions of dollars annually. This $21.55 million contract for NIST is a substantial award for a single facility or campus over a multi-year period. It reflects the ongoing need for essential upkeep of government infrastructure. Historical spending patterns would likely show a steady demand, with fluctuations influenced by budget appropriations, facility upgrades, and changes in government real estate holdings.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Services to Buildings and Dwellings › Janitorial Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 1333ND19RNB190015
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 8641 BREEDEN AVE STE 101, MANASSAS, VA, 20110
Business Categories: AbilityOne Program Participant, Category Business, Corporate Entity Tax Exempt, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $21,550,735
Exercised Options: $21,550,735
Current Obligation: $21,550,735
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2020-02-27
Current End Date: 2025-04-30
Potential End Date: 2025-04-30 00:00:00
Last Modified: 2026-01-30
More Contracts from Didlake Inc
- Custodial Services AT the Pentagon (1ST, 3RD, 4TH, 5TH, BS, MZ) — $74.1M (Department of Defense)
- Federal Contract — $44.2M (Department of Defense)
- Abilityone Custodial Services, Pentagon (floors 1, 5, Basement, Mezzanine, Pentagon Library and Conference Center, North Village/Compound, Pentagon Athletic Center) — $42.5M (Department of Defense)
- Custodial Services — $39.5M (Department of Defense)
- Forrestal Janitorial Contract — $27.0M (Department of Energy)
Other Department of Commerce Contracts
- THE Purpose of This Contract IS to Develop the Ground System That Will Support Noaa S Next Generation Geostationary Satellite Series, Goes-R. This NEW Series of Spacecraft, SET to Begin Launching in 2015, IS Expected to Double the Clarity of Today S Satellite Imagery and Provide AT Least 20 Times More Atmospheric Observations From Space. the Contractor IS to Design, Develop, Test and Implement the Goes-R Ground System. the Ground System Will Capture Data From the Goes-R Satellites, and Process and Distribute the Information to Operational Users — $1.8B (L3harris Technologies, Inc.)
- Engineering Services and Development Leading to the Delivery of the Jpss Common Ground System Instrument and Support — $1.6B (Raytheon Company)
- Enterprise Solutions Framework (ESF) for Multi-Tiered Acquisition Framework for Systems Engineering and Integration - Program Tier Work Order 003 - 2020 Census Technical Integrator — $1.5B (T-Rex Solutions LLC)
- THE Goal of the Decennial Response Integration System (dris) Contract IS to Obtain a Practical Solution to Providing Respondent Assistance and Data Capture for the 2010 Census — $930.7M (Lockheed Martin Services, LLC)
- 2020 Census Questionnaire Assistance (2020 CQA) — $918.3M (Maximus Federal Services, Inc.)