DOJ awards $3.2M contract for FCI Atlanta roof repair, highlighting infrastructure needs
Contract Overview
Contract Amount: $3,214,934 ($3.2M)
Contractor: Goldbelt Operations Support Services LLC
Awarding Agency: Department of Justice
Start Date: 2025-08-01
End Date: 2026-04-14
Contract Duration: 256 days
Daily Burn Rate: $12.6K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: FCI ATLANTA_ REPAIR UNICOR ROOF-HURRICANE_ PROJ 25Z3AE6
Place of Performance
Location: ATLANTA, DEKALB County, GEORGIA, 30315
State: Georgia Government Spending
Plain-Language Summary
Department of Justice obligated $3.2 million to GOLDBELT OPERATIONS SUPPORT SERVICES LLC for work described as: FCI ATLANTA_ REPAIR UNICOR ROOF-HURRICANE_ PROJ 25Z3AE6 Key points: 1. Contract addresses critical infrastructure repair for a federal facility. 2. Sole-source award raises questions about competition and potential cost savings. 3. Fixed-price contract type aims to control costs, but initial price needs benchmarking. 4. Project duration of 256 days indicates a significant scope of work. 5. Geographic focus on Georgia highlights regional infrastructure investment. 6. Lack of small business set-aside may limit opportunities for smaller firms.
Value Assessment
Rating: fair
The contract value of $3.2 million for roof repair at FCI Atlanta appears substantial. Without specific details on the extent of the damage or the materials used, a direct comparison to similar contracts is difficult. However, the fixed-price nature of the award suggests an attempt to cap costs. Further analysis would require benchmarking against typical costs for commercial and institutional building construction of this scale and complexity, especially considering hurricane-related repairs.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed. This approach is typically used when only one source is capable of meeting the requirement, or in urgent situations. The lack of competition means that the government did not benefit from multiple bids, which could have potentially driven down the price through a competitive bidding process. The justification for this sole-source award needs to be thoroughly reviewed to ensure it was appropriate.
Taxpayer Impact: The absence of competition means taxpayers may not have received the best possible price for this repair work, as there was no pressure from competing bids to lower costs.
Public Impact
The primary beneficiaries are the inmates and staff at FCI Atlanta, who will have a secure and weather-protected facility. The contract delivers essential repair services to maintain the structural integrity of a federal correctional institution. The geographic impact is localized to Atlanta, Georgia, addressing a specific infrastructure need in that region. The contract supports the construction sector workforce, likely involving skilled tradespeople for the repair work.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potential cost savings for taxpayers.
- Lack of transparency in the justification for sole-source procurement.
- Potential for cost overruns if the fixed-price contract does not adequately account for unforeseen issues.
- No explicit small business subcontracting goals identified, potentially limiting opportunities for smaller firms.
Positive Signals
- Addresses a critical infrastructure need for a federal facility, ensuring operational continuity.
- Fixed-price contract provides cost certainty for the government.
- Award to Goldbelt Operations Support Services LLC supports a contractor with experience in operations support.
- Project duration is defined, allowing for planning and oversight.
Sector Analysis
This contract falls within the Commercial and Institutional Building Construction sector, a vital part of the broader construction industry. This sector encompasses the building, repair, and renovation of non-residential structures. Federal spending in this area is crucial for maintaining government facilities, ranging from office buildings to correctional institutions. Benchmarking this contract's value would involve comparing it to similar large-scale repair or construction projects for federal buildings, considering factors like square footage, complexity, and specific repair needs such as hurricane damage mitigation.
Small Business Impact
The contract data indicates that this was not a small business set-aside. Furthermore, there is no explicit mention of subcontracting requirements or goals for small businesses. This suggests that opportunities for small businesses to participate in this project, either as prime contractors or subcontractors, may be limited. A review of the contract's subcontracting plan, if one exists, would be necessary to fully assess the impact on the small business ecosystem.
Oversight & Accountability
Oversight for this contract will likely be managed by the Bureau of Prisons (BOP) contracting officers and project managers. Accountability measures would be embedded in the contract terms, including performance standards and payment schedules tied to milestones. Transparency regarding the sole-source justification and the contract's execution would be important for public scrutiny. The Department of Justice's Office of the Inspector General may have jurisdiction to investigate any potential fraud, waste, or abuse related to this award.
Related Government Programs
- Federal Building and Facilities Repair
- Correctional Facility Maintenance
- Hurricane Damage Repair Contracts
- Infrastructure Modernization Projects
- Department of Justice Procurement
Risk Flags
- Sole-source award without clear justification.
- Potential for inflated pricing due to lack of competition.
- Limited transparency on contractor's past performance for similar projects.
- No explicit small business participation goals.
Tags
construction, department-of-justice, bureau-of-prisons, firm-fixed-price, sole-source, infrastructure-repair, georgia, medium-value, commercial-institutional-building-construction, critical-infrastructure
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $3.2 million to GOLDBELT OPERATIONS SUPPORT SERVICES LLC. FCI ATLANTA_ REPAIR UNICOR ROOF-HURRICANE_ PROJ 25Z3AE6
Who is the contractor on this award?
The obligated recipient is GOLDBELT OPERATIONS SUPPORT SERVICES LLC.
Which agency awarded this contract?
Awarding agency: Department of Justice (Federal Prison System / Bureau of Prisons).
What is the total obligated amount?
The obligated amount is $3.2 million.
What is the period of performance?
Start: 2025-08-01. End: 2026-04-14.
What is the specific justification provided by the Department of Justice for awarding this contract on a sole-source basis?
The provided data indicates the contract was awarded under 'NOT AVAILABLE FOR COMPETITION,' which is a strong indicator of a sole-source or limited-source justification. Typically, such justifications are based on factors like the unique capabilities of a single contractor, urgent and compelling needs that preclude full and open competition, or specific statutory authority. For this contract, the Department of Justice would need to have documented why only Goldbelt Operations Support Services LLC could perform the required roof repair for FCI Atlanta, especially considering the potential for hurricane damage. Without access to the specific justification document (e.g., a Justification and Approval or J&A), it's impossible to detail the exact reasoning, but it would likely revolve around specialized expertise, proprietary technology, or an emergency situation where time was of the essence and only one vendor could respond effectively.
How does the $3.2 million contract value compare to typical costs for similar federal prison roof repairs, particularly those involving hurricane resilience?
Benchmarking the $3.2 million contract value for FCI Atlanta's roof repair requires comparative data that is not readily available in the provided snippet. However, the cost is substantial and suggests a significant scope of work, potentially involving extensive damage assessment, material replacement, and specialized weatherproofing for hurricane resilience. Typical costs for commercial roof replacements can range widely based on square footage, material type, and complexity, often from $10 to $30 per square foot. For a federal prison, which may have unique security and structural requirements, costs could be higher. Hurricane resilience features, such as reinforced membranes, specialized drainage, and wind-resistant installation methods, also add to the expense. Without knowing the size of the roof, the specific materials chosen, and the exact nature of the hurricane damage, a precise comparison is difficult. However, the value suggests a major repair or replacement project rather than a minor patch.
What are the potential risks associated with a sole-source award for this critical infrastructure repair project?
The primary risk associated with a sole-source award for this critical infrastructure repair project is the potential for a lack of price competition. When a contract is not competed, the government may end up paying a higher price than if multiple bidders had vied for the work. This can lead to inefficient use of taxpayer funds. Another risk is that the sole-source provider might not have the most innovative or cost-effective solution available in the market, as there is no competitive pressure to drive innovation. Furthermore, sole-source awards can sometimes raise concerns about fairness and transparency in the procurement process, potentially leading to scrutiny from oversight bodies or the public if the justification is not robust. Finally, if the sole-source contractor underperforms, the government has limited options for recourse compared to a competitive scenario where alternative contractors could be readily engaged.
What is the track record of Goldbelt Operations Support Services LLC in performing similar federal construction or repair contracts?
Information regarding the specific track record of Goldbelt Operations Support Services LLC in performing similar federal construction or repair contracts is not detailed in the provided data. To assess their capabilities and past performance, one would typically need to consult federal procurement databases like the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS). These systems would provide details on previous contracts awarded to the company, their performance ratings, and any past issues or successes. Given that this is a sole-source award for a critical infrastructure repair, it implies that the Department of Justice likely has some basis for believing Goldbelt Operations Support Services LLC possesses the necessary qualifications and experience. However, a thorough due diligence would involve examining their history with similar projects, especially those involving correctional facilities or large-scale building envelope repairs.
How does the fixed-price contract type (PT: FIRM FIXED PRICE) mitigate or introduce risks for this project?
A Firm Fixed Price (FFP) contract type is generally advantageous for the government as it shifts the majority of the risk to the contractor. Under an FFP agreement, the contractor is obligated to complete the work for a predetermined price, regardless of their actual costs. This provides cost certainty for the government and incentivizes the contractor to manage their expenses efficiently and complete the project within budget. For this roof repair project at FCI Atlanta, the FFP structure means that Goldbelt Operations Support Services LLC bears the risk of cost overruns due to unforeseen issues, material price increases, or labor inefficiencies. However, risks can still arise if the initial price was not adequately negotiated or if the scope of work was not clearly defined, potentially leading to change orders that could increase the total cost. The contractor also bears the risk of not being profitable if their cost estimates were too low.
What are the implications of this contract not being a small business set-aside for the small business ecosystem?
The fact that this $3.2 million contract for FCI Atlanta roof repair was not designated as a small business set-aside has several implications for the small business ecosystem. Primarily, it means that the primary award was not restricted to small businesses, potentially limiting direct contracting opportunities for them. While large businesses can and often do subcontract portions of their work to small businesses, the absence of a specific set-aside or explicit subcontracting goals means that small business participation is not guaranteed or mandated. This could result in fewer opportunities for small construction firms to gain experience, revenue, and build their track record with federal agencies. It also means that the government may not be leveraging the full potential of the small business industrial base for this specific project, potentially missing out on specialized services or competitive pricing that small businesses could offer.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Commercial and Institutional Building Construction
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR NONBUILDINGS
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 15BFA025R00000035
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 13900 LINCOLN PARK DR, HERNDON, VA, 20171
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,214,934
Exercised Options: $3,214,934
Current Obligation: $3,214,934
Actual Outlays: $2,994,583
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2025-08-01
Current End Date: 2026-04-14
Potential End Date: 2026-04-14 00:00:00
Last Modified: 2026-01-22
More Contracts from Goldbelt Operations Support Services LLC
- Fire Station AT Letterkenny Army Depot in Chambersburg, Pennsylvania — $22.5M (Department of Defense)
- Center for Data Analytics and Machine Learning (netl B83 Cdaml)project — $16.8M (Department of Energy)
- PKB - Design-Build Requirement. Provide ALL Necessary Work Needed to Repair and Renovation a Combination of Plumbing, Hvac, Structural Slab Repairs, Renovations and System Upgrades AT Building 72 on Joint Base Anacostia-Bolling (jbab) — $6.9M (Department of Defense)
- Buildings 64 & 92 Fire Suppression System Renovations AT Netl Pittsburgh Site — $883.5K (Department of Energy)
View all Goldbelt Operations Support Services LLC federal contracts →
Other Department of Justice Contracts
- Contractor Owned and Operated Existing Correctional Facility for Approximately 3,500 LOW Security Male Inmates — $794.5M (Cornell Companies, Inc.)
- Detention Services - SAN Diego — $776.9M (THE GEO Group, Inc.)
- CO: Telly Renfroe Award of NEW Task Order Base Year Initial Funding — $616.4M (AT&T Enterprises, LLC)
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Corecivic, Inc.)
- Provide Services for the Management and Operation of a Correctional Facility in Accordance With Rfp-Pcc-0014 — $568.9M (Cornell Companies, Inc.)