Interior Department awards $8365 HVAC repair contract to G & R Controls, Inc. in Minnesota
Contract Overview
Contract Amount: $8,365 ($8.4K)
Contractor: G & R Controls, Inc
Awarding Agency: Department of the Interior
Start Date: 2026-04-06
End Date: 2026-08-07
Contract Duration: 123 days
Daily Burn Rate: $68/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MN-FERGUS FALLS WMD-HVAC REPAIR HQ
Place of Performance
Location: FERGUS FALLS, OTTER TAIL County, MINNESOTA, 56537
Plain-Language Summary
Department of the Interior obligated $8,365 to G & R CONTROLS, INC for work described as: MN-FERGUS FALLS WMD-HVAC REPAIR HQ Key points: 1. Contract value is relatively small, suggesting a localized or minor repair need. 2. Awarded under Simplified Acquisition Procedures (SAP), indicating a focus on efficiency for smaller purchases. 3. Firm Fixed Price contract type helps manage cost certainty for the government. 4. Short performance period (123 days) points to a time-sensitive or routine maintenance task. 5. The contractor, G & R Controls, Inc., is likely a local or regional provider given the contract's scope. 6. This purchase order is for HVAC repair services, a common and essential facility maintenance need.
Value Assessment
Rating: good
The contract value of $8,365 is modest, making direct comparison to larger contracts difficult. However, for a purchase order under SAP for HVAC repair, this amount appears reasonable for localized services. The firm fixed price structure provides cost control. Without specific details on the scope of repair, a precise value-for-money assessment is limited, but the small scale suggests efficient use of funds for a specific need.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under Simplified Acquisition Procedures (SAP), which typically involves a less formal competition than full and open procedures. While the specific competition details are not provided, SAP often allows for a limited number of quotes to be solicited. This approach aims to balance competition with efficiency for smaller dollar amounts. The number of bidders is not specified, but the process suggests a streamlined approach to obtaining quotes from qualified vendors.
Taxpayer Impact: For taxpayers, competition under SAP aims to secure fair pricing for smaller purchases without the administrative overhead of full-scale bidding. This ensures that even minor expenditures are subject to some level of market comparison.
Public Impact
The U.S. Fish and Wildlife Service facility in Fergus Falls, MN, will benefit from improved HVAC functionality. Essential heating, ventilation, and air conditioning services will be maintained, ensuring a comfortable and operational environment. The geographic impact is localized to Fergus Falls, Minnesota. The contract supports local or regional employment through the awarded contractor, G & R Controls, Inc.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition details under SAP could potentially lead to less aggressive pricing.
- Scope of work is not detailed, making it difficult to assess if the price is fully justified for the services rendered.
- Contract duration is short, which might not allow for extensive performance monitoring or feedback.
Positive Signals
- Firm Fixed Price contract provides cost certainty.
- Awarded under SAP, indicating an efficient procurement process for a small value contract.
- Contract is for essential facility maintenance (HVAC repair).
Sector Analysis
HVAC repair falls under the broader construction and facilities maintenance sector. This contract represents a very small expenditure within this sector. The North American Industry Classification System (NAICS) code 238220 (Plumbing, Heating, and Air-Conditioning Contractors) indicates the type of business involved. Spending in this area is consistent across federal agencies for maintaining operational facilities.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). However, G & R Controls, Inc. may be a small business. The value of the contract is well within the typical range for small business participation in federal contracting. Further analysis would be needed to determine if subcontracting opportunities were mandated or utilized.
Oversight & Accountability
As a purchase order awarded under SAP, oversight is typically managed by the contracting office within the U.S. Fish and Wildlife Service. Accountability is ensured through the firm fixed price terms and the delivery of specified services. Transparency is provided by the contract award data, though detailed justifications for competition or pricing are not publicly available for SAP awards.
Related Government Programs
- Federal Facilities Maintenance Contracts
- HVAC Services Procurement
- Department of the Interior Facility Operations
- Simplified Acquisition Procedures (SAP) Awards
Risk Flags
- Limited competition details
- Unspecified scope of work
Tags
sector-other, agency-interior, subagency-us-fish-and-wildlife-service, geography-minnesota, contract-type-purchase-order, competition-level-limited, price-category-small, naics-238220, service-hvac-repair, procurement-method-sap
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $8,365 to G & R CONTROLS, INC. MN-FERGUS FALLS WMD-HVAC REPAIR HQ
Who is the contractor on this award?
The obligated recipient is G & R CONTROLS, INC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (U.S. Fish and Wildlife Service).
What is the total obligated amount?
The obligated amount is $8,365.
What is the period of performance?
Start: 2026-04-06. End: 2026-08-07.
What is the typical cost range for HVAC repair services of this nature for federal facilities?
Assessing the typical cost range for HVAC repair services requires detailed knowledge of the specific equipment, the nature of the repair (e.g., routine maintenance, emergency fix, part replacement), and the geographic location. For a small purchase order like this ($8,365), it likely covers a specific, localized repair or maintenance task rather than a comprehensive system overhaul. Federal agencies often use various contract vehicles, including GSA schedules and simplified acquisition procedures, to procure these services. Benchmarking against similar small-dollar purchase orders for HVAC repair within the Department of the Interior or other agencies in Minnesota could provide a more precise comparison. However, without more granular data on the scope of work, it's challenging to provide a definitive cost benchmark. The firm fixed price suggests the government sought a defined cost for a defined service.
What is the track record of G & R Controls, Inc. with federal contracts?
Information regarding G & R Controls, Inc.'s specific track record with federal contracts is not detailed in the provided data. As this is a purchase order awarded under Simplified Acquisition Procedures (SAP), it suggests a potentially smaller or less frequent federal contractor, or one that primarily serves local/state government or commercial clients. To assess their track record, one would typically look at past federal award data, including contract performance reviews, any past performance issues, and the volume and type of contracts previously awarded. A search of federal procurement databases like SAM.gov or FPDS could reveal more about their history, including any awards for similar HVAC services, their performance ratings, and their status as a small or large business. Without this external data, their federal performance history remains unknown.
How does the competition level for this contract compare to similar small-value HVAC repair contracts?
The competition level for this contract is described as 'Competed under SAP' (Simplified Acquisition Procedures). SAP is designed for purchases below the simplified acquisition threshold (currently $250,000), and it allows for more streamlined competition, often involving soliciting quotes from a limited number of sources rather than a full and open competition. While the exact number of bidders is not specified, the use of SAP implies a less extensive competitive process than for larger contracts. Comparing this to similar small-value HVAC repair contracts would involve examining the competition method used for other awards of comparable dollar value and scope. Many small-value federal service contracts utilize SAP or other streamlined methods, suggesting this approach is common. The key takeaway is that while competed, the process was likely less rigorous than for larger procurements, potentially impacting the degree of price discovery.
What are the potential risks associated with this contract?
Potential risks associated with this contract include scope creep if the initial assessment of the HVAC issue was incomplete, leading to additional costs beyond the initial $8,365. Another risk is contractor performance; if G & R Controls, Inc. fails to perform the repairs adequately or within the 123-day timeframe, it could disrupt facility operations. Given the limited competition under SAP, there's also a risk that the government did not secure the most competitive pricing available in the market. Finally, if the repair is complex, there's a risk of unforeseen issues arising during the work that could impact the fixed price or timeline.
What is the historical spending pattern for HVAC repair at this specific U.S. Fish and Wildlife Service facility?
The provided data does not include historical spending patterns for HVAC repair at the specific Fergus Falls, MN facility managed by the U.S. Fish and Wildlife Service. To determine historical spending, one would need to access procurement records for this facility over previous fiscal years. Analyzing past awards for similar services (HVAC repair, maintenance, parts) would reveal the frequency, value, and types of contracts awarded. This analysis could identify trends, such as whether repairs are typically handled via purchase orders, task orders under larger contracts, or through specific indefinite-delivery/indefinite-quantity (IDIQ) vehicles. Understanding historical spending would help contextualize the current $8,365 award and assess if it aligns with previous investment levels in facility maintenance.
Industry Classification
NAICS: Construction › Building Equipment Contractors › Plumbing, Heating, and Air-Conditioning Contractors
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 140FS226P0105
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 5425 51ST AVE S, FARGO, ND, 58104
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $8,365
Exercised Options: $8,365
Current Obligation: $8,365
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-06
Current End Date: 2026-08-07
Potential End Date: 2026-08-07 00:00:00
Last Modified: 2026-04-06
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)