DOI Awards $81K for Ice & Snow Removal to C.S. Adams Management, Ending 2030
Contract Overview
Contract Amount: $81,001 ($81.0K)
Contractor: C.S. Adams Management and Consulting Group LLC
Awarding Agency: Department of the Interior
Start Date: 2024-11-01
End Date: 2030-04-30
Contract Duration: 2,006 days
Daily Burn Rate: $40/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ICE AND SNOW REMOVAL SERVICES
Place of Performance
Location: MADISON, DANE County, WISCONSIN, 53711
Plain-Language Summary
Department of the Interior obligated $81,001.02 to C.S. ADAMS MANAGEMENT AND CONSULTING GROUP LLC for work described as: ICE AND SNOW REMOVAL SERVICES Key points: 1. Contract value is relatively low, suggesting a localized or specific need. 2. Competition method (SAP) indicates potential for limited but structured bidding. 3. Long contract duration (7 years) with a firm fixed price may pose risk if conditions change. 4. Services fall under 'Other Services to Buildings and Dwellings', a common municipal need.
Value Assessment
Rating: fair
The contract value of $81,001.02 is modest. Without specific benchmarks for ice and snow removal in Wisconsin for the USGS, it's difficult to definitively assess pricing, but it appears reasonable for a multi-year service contract of this nature.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under SAP (Simplified Acquisition Procedures), which typically applies to purchases below certain thresholds. This method allows for more streamlined competition but may not achieve the same level of price discovery as full and open competition.
Taxpayer Impact: The taxpayer impact is minimal given the relatively small contract value, but efficient procurement ensures funds are used judiciously.
Public Impact
Ensures operational continuity for USGS facilities in Wisconsin during winter months. Supports essential services for government infrastructure. Provides a predictable service for a critical, recurring need.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long-term contract duration could lead to price escalation if not managed.
- Reliance on a single vendor for a critical service.
Positive Signals
- Firm fixed price provides budget certainty.
- Competition under SAP ensures some level of market vetting.
Sector Analysis
This contract falls under general building maintenance services. Spending on such services is common across federal agencies to maintain facilities. Benchmarks vary widely based on location, facility size, and service scope.
Small Business Impact
The data does not indicate whether small businesses were involved in the bidding process or if this contract specifically targets small business participation. Further analysis would be needed to determine the impact on small businesses.
Oversight & Accountability
Oversight would involve monitoring contract performance, adherence to terms, and ensuring timely service delivery by the U.S. Geological Survey. The long duration necessitates regular performance reviews.
Related Government Programs
- Other Services to Buildings and Dwellings
- Department of the Interior Contracting
- U.S. Geological Survey Programs
Risk Flags
- Long contract duration (7 years)
- Firm fixed price
- Potential for limited competition under SAP
- Lack of specific performance metrics in provided data
Tags
other-services-to-buildings-and-dwelling, department-of-the-interior, wi, definitive-contract, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $81,001.02 to C.S. ADAMS MANAGEMENT AND CONSULTING GROUP LLC. ICE AND SNOW REMOVAL SERVICES
Who is the contractor on this award?
The obligated recipient is C.S. ADAMS MANAGEMENT AND CONSULTING GROUP LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (U.S. Geological Survey).
What is the total obligated amount?
The obligated amount is $81,001.02.
What is the period of performance?
Start: 2024-11-01. End: 2030-04-30.
What is the typical cost range for similar ice and snow removal services for federal facilities of comparable size in Wisconsin?
Determining a precise cost range requires detailed information on the specific facilities, square footage to be cleared, frequency of service, and types of equipment needed. However, for a multi-year contract of this value, it suggests either a smaller operational footprint or a highly localized service area. Benchmarking against similar contracts awarded by other agencies in the region would provide a more accurate comparison.
What are the potential risks associated with a 7-year fixed-price contract for ice and snow removal?
A significant risk is price escalation due to unforeseen increases in labor, fuel, or equipment costs over the 7-year period. If the fixed price was set too low initially, the contractor might cut corners on service quality. Conversely, if set too high, taxpayers overpay. The long duration also reduces flexibility to adapt to changing needs or adopt newer, more cost-effective technologies.
How effectively does the SAP procurement method ensure value for money in this context?
SAP aims for efficiency and speed for smaller purchases. While it ensures some competition, it may not attract the widest range of bidders or achieve the deepest price reductions possible through full and open competition. For an $81,000 contract over 7 years, the value for money depends heavily on the specific requirements and the number of qualified bidders that responded under SAP.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Services to Buildings and Dwellings › Other Services to Buildings and Dwellings
Product/Service Code: OPERATION OF GOVT OWNED FACILITY › OPERATE GOVT OWNED BUILDINGS
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 140G0224Q0088
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 624 COASTAL AVE, STAFFORD, VA, 22554
Business Categories: Black American Owned Business, Category Business, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Sole Proprietorship, Special Designations, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $274,567
Exercised Options: $81,001
Current Obligation: $81,001
Actual Outlays: $58,541
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2024-11-01
Current End Date: 2030-04-30
Potential End Date: 2030-04-30 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.)