DOJ Awards $761K for HOLC Building Maintenance and Testing to G.M. Hill Engineering

Contract Overview

Contract Amount: $761,003 ($761.0K)

Contractor: G.M. Hill Engineering, Inc.

Awarding Agency: Department of Justice

Start Date: 2024-10-01

End Date: 2025-09-30

Contract Duration: 364 days

Daily Burn Rate: $2.1K/day

Competition Type: NOT COMPETED UNDER SAP

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: HOLC BUILDING PREVENTATIVE MAINTENANCE AND ANNUAL TESTING FOR SPRINKLER, FIRE ALARM, AND ELECTRICAL SWITCHGEARS.

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20534

State: District of Columbia Government Spending

Plain-Language Summary

Department of Justice obligated $761,002.57 to G.M. HILL ENGINEERING, INC. for work described as: HOLC BUILDING PREVENTATIVE MAINTENANCE AND ANNUAL TESTING FOR SPRINKLER, FIRE ALARM, AND ELECTRICAL SWITCHGEARS. Key points: 1. Contract awarded to G.M. Hill Engineering for essential building maintenance. 2. Focus on preventative maintenance and annual testing of critical systems. 3. Potential for increased costs due to lack of competition. 4. Services fall under Facilities Support Services sector.

Value Assessment

Rating: fair

The contract value of $761,002.57 for a one-year period appears reasonable for specialized building maintenance and testing services. Benchmarking against similar contracts for facilities support in the DC area would provide a clearer picture of value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This contract was not competed under Simplified Acquisition Procedures (SAP), indicating a limited competition approach. This method may not yield the best price discovery, potentially leading to higher costs for taxpayers.

Taxpayer Impact: The limited competition approach could result in a higher price than if the contract were fully competed, impacting taxpayer funds.

Public Impact

Ensures safety and operational integrity of critical building systems. Supports the Federal Prison System's infrastructure needs. Maintains compliance with safety regulations for fire and electrical systems. Provides essential services for the HOLC building.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Facilities Support Services sector, which includes a wide range of services for maintaining and operating buildings. Spending in this sector is generally consistent, with a focus on reliability and safety.

Small Business Impact

The data does not indicate whether small businesses were involved in this procurement, either as prime contractors or subcontractors. Further analysis is needed to assess small business participation.

Oversight & Accountability

The award was a Delivery Order, suggesting it may be part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract. Oversight would focus on the terms of the base IDIQ and the justification for this specific order.

Related Government Programs

Risk Flags

Tags

facilities-support-services, department-of-justice, dc, delivery-order, 100k-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $761,002.57 to G.M. HILL ENGINEERING, INC.. HOLC BUILDING PREVENTATIVE MAINTENANCE AND ANNUAL TESTING FOR SPRINKLER, FIRE ALARM, AND ELECTRICAL SWITCHGEARS.

Who is the contractor on this award?

The obligated recipient is G.M. HILL ENGINEERING, INC..

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 $761,002.57.

What is the period of performance?

Start: 2024-10-01. End: 2025-09-30.

What is the historical performance of G.M. Hill Engineering, Inc. with the Department of Justice or similar federal agencies?

Information on G.M. Hill Engineering's past performance is crucial for assessing reliability and quality. Reviewing past contract awards, performance evaluations, and any documented issues would provide insight into their track record. This helps determine if they are a suitable and dependable vendor for critical building maintenance and testing services.

What specific criteria were used to justify the limited competition approach for this contract?

Understanding the justification for limited competition is key to assessing potential risks. Was it due to specialized expertise, urgent need, or other factors? A clear rationale helps determine if the limited competition was appropriate or if it represents a missed opportunity for better pricing through broader bidding.

How does the cost of this preventative maintenance contract compare to industry benchmarks for similar facilities?

Benchmarking the cost against industry standards for similar facilities is essential for evaluating value for money. This involves comparing the per-unit costs for specific services (e.g., sprinkler testing, electrical switchgear maintenance) against market rates to identify potential overpricing or cost savings.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities Support Services

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: NOT COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Solicitation ID: 15BNAS20Q00000012

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 9640 SUNBEAM CENTER DR STE 1, JACKSONVILLE, FL, 32257

Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Minority Owned Business, Other Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $761,003

Exercised Options: $761,003

Current Obligation: $761,003

Actual Outlays: $761,697

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NOT OBTAINED - WAIVED

Parent Contract

Parent Award PIID: 15BNAS21D00000043

IDV Type: IDC

Timeline

Start Date: 2024-10-01

Current End Date: 2025-09-30

Potential End Date: 2025-09-30 00:00:00

Last Modified: 2026-04-03

More Contracts from G.M. Hill Engineering, Inc.

View all G.M. Hill Engineering, Inc. federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending