DOJ awards $3M+ facilities management contract to Jones Lang LaSalle for FBI operations in Illinois

Contract Overview

Contract Amount: $3,044,565 ($3.0M)

Contractor: Jones Lang Lasalle Americas, Inc.

Awarding Agency: Department of Justice

Start Date: 2025-05-20

End Date: 2026-07-19

Contract Duration: 425 days

Daily Burn Rate: $7.2K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: FIRM FIXED PRICE FACILITIES TECHNOLOGY MANAGEMENT - BASE YEAR: 20 MAY 2025 TO 19 NOVEMBER 2025 -SEE ATTACHED SOW

Place of Performance

Location: CHICAGO, COOK County, ILLINOIS, 60601

State: Illinois Government Spending

Plain-Language Summary

Department of Justice obligated $3.0 million to JONES LANG LASALLE AMERICAS, INC. for work described as: FIRM FIXED PRICE FACILITIES TECHNOLOGY MANAGEMENT - BASE YEAR: 20 MAY 2025 TO 19 NOVEMBER 2025 -SEE ATTACHED SOW Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract is a Delivery Order under an existing contract, indicating a pre-established relationship or framework. 3. The base year value is over $3 million, representing significant investment in facilities management. 4. The contract type is Time and Materials, which can pose cost control risks if not managed diligently. 5. The North American Industry Classification System (NAICS) code 541611 points to administrative management and general management consulting services. 6. The contract duration is 425 days, covering a period slightly over a year.

Value Assessment

Rating: fair

The contract value of over $3 million for a 425-day period for facilities management services appears to be within a reasonable range for a federal agency like the FBI. However, without specific details on the scope of services and the number of personnel or facilities managed, a precise value-for-money assessment is challenging. The Time and Materials contract type introduces a degree of uncertainty regarding final costs, as it is dependent on actual labor hours and material usage. Benchmarking against similar facilities management contracts for federal law enforcement agencies would provide a clearer picture of cost-effectiveness.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. The fact that it is a Delivery Order suggests it was likely competed under a larger indefinite-delivery/indefinite-quantity (IDIQ) contract or a similar pre-established vehicle. The number of bidders is not specified, but full and open competition generally promotes a wider range of offers and can lead to better price discovery.

Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it encourages multiple vendors to offer competitive pricing, potentially driving down costs for the government.

Public Impact

The Federal Bureau of Investigation (FBI) will benefit from enhanced facilities management services. Services delivered include administrative management and general management consulting related to facilities. The geographic impact is focused on Illinois, where the services will be rendered. The contract supports the operational infrastructure necessary for the FBI's law enforcement activities.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically administrative management and general management consulting. The market for facilities management services for federal agencies is substantial, encompassing a wide range of support functions from building maintenance to strategic operational planning. Federal spending in this area is often driven by the need to maintain secure and functional workspaces for various government operations. Comparable spending benchmarks would typically be found within the broader facilities support services category for government agencies.

Small Business Impact

The provided data indicates that small business participation (ss: false, sb: false) was not a primary set-aside consideration for this specific contract. Therefore, there are no direct subcontracting implications for small businesses stemming from a small business set-aside. The impact on the small business ecosystem is neutral in this regard, as the contract was not specifically targeted to encourage small business involvement.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the FBI's program officials responsible for facilities management. The Time and Materials nature of the contract necessitates close monitoring of labor hours and material costs to ensure accountability and prevent overspending. Transparency would be enhanced through regular reporting requirements outlined in the Statement of Work (SOW). Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

facilities-management, department-of-justice, federal-bureau-of-investigation, illinois, delivery-order, time-and-materials, full-and-open-competition, administrative-management, consulting-services, jones-lang-lasalle

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $3.0 million to JONES LANG LASALLE AMERICAS, INC.. FIRM FIXED PRICE FACILITIES TECHNOLOGY MANAGEMENT - BASE YEAR: 20 MAY 2025 TO 19 NOVEMBER 2025 -SEE ATTACHED SOW

Who is the contractor on this award?

The obligated recipient is JONES LANG LASALLE AMERICAS, INC..

Which agency awarded this contract?

Awarding agency: Department of Justice (Federal Bureau of Investigation).

What is the total obligated amount?

The obligated amount is $3.0 million.

What is the period of performance?

Start: 2025-05-20. End: 2026-07-19.

What is the historical spending pattern for facilities management services by the FBI in Illinois?

Analyzing historical spending patterns for facilities management by the FBI in Illinois is crucial for contextualizing the current $3M+ award. Without access to specific historical contract data for the FBI in that region, a precise comparison is not possible. However, federal agencies typically engage in multi-year contracts for facilities management, often through IDIQ vehicles or competitive task orders. Spending can fluctuate based on facility upgrades, new construction, or changes in operational needs. A significant award like this suggests either a substantial increase in facility needs, a consolidation of services, or the initiation of a new major contract after a period of smaller, fragmented contracts. Benchmarking against national averages for FBI facilities management spending or similar law enforcement agencies would provide further insight into whether this award represents a typical investment or an outlier.

How does the Time and Materials (T&M) contract type compare to other contract types for similar federal facilities management services?

Time and Materials (T&M) contracts, like the one awarded to Jones Lang LaSalle, are often used when the scope of work is not clearly defined at the outset or is expected to change. For federal facilities management, T&M can be suitable for services like emergency repairs, minor renovations, or ongoing maintenance where the exact hours and materials needed are variable. However, T&M contracts carry inherent risks for the government, primarily the potential for cost overruns, as the contractor is reimbursed for actual labor hours and material costs, plus a fixed fee or percentage. This contrasts with Firm-Fixed-Price (FFP) contracts, which offer greater cost certainty for the government but require a well-defined scope. Other types, like Cost-Plus-Fixed-Fee (CPFF), share some risk with the government but are typically used for research and development. For routine, predictable facilities management tasks, FFP is often preferred for budget predictability. The choice of T&M here suggests the FBI anticipated a degree of unpredictability in the required services or opted for flexibility over strict cost control upfront.

What is Jones Lang LaSalle's track record with federal facilities management contracts?

Jones Lang LaSalle (JLL) is a major global real estate services firm with a significant presence in government contracting, including federal facilities management. They have a history of managing large, complex portfolios for various government agencies. Their track record typically involves providing a wide range of services such as building operations and maintenance, space planning, energy management, and project management. While specific performance details for individual contracts are often not publicly detailed, JLL's continued success in securing federal contracts suggests a generally positive performance history and compliance with federal procurement regulations. Government contract databases and agency performance reports (if available) would offer more granular insights into their past performance, including any past performance issues or commendations. Their extensive experience positions them as a capable provider for this type of service.

What are the potential risks associated with this specific contract award?

The primary risk associated with this contract is the Time and Materials (T&M) pricing structure. T&M contracts can lead to cost escalation if not rigorously managed and monitored by the government. Without a clearly defined scope and strict oversight of labor hours, materials used, and overhead rates, the final cost could significantly exceed the initial estimates or the base year value. Another potential risk relates to the 'Delivery Order' nature of the award; while competed, it might be under a broader IDIQ contract where the specific performance standards or the level of competition for this particular order might be less intense than for a standalone, newly competed contract. Ensuring the contractor's personnel are appropriately qualified and that performance aligns with the Statement of Work (SOW) are ongoing risks inherent in any service contract.

How does the $3M+ base year value compare to the total contract potential, considering the duration?

The provided data specifies a base year value of $3,044,565 for a period of 425 days (approximately 14 months). The contract's end date is July 19, 2026, which extends beyond the base year. This suggests there may be option periods or that the base year covers the initial phase of a longer-term requirement. If the $3M+ represents the total value for the entire period up to July 2026, it would imply an average annual spend of roughly $2.6 million. However, it's more likely that the $3M+ is for the initial base period, and subsequent periods (if any) would have their own funding and potentially different values. Without explicit details on the total contract value across all potential periods, it's difficult to definitively assess the total potential. The current award indicates a significant commitment for the initial period.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative Management and General Management Consulting Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 2020 K ST NW STE 1100, WASHINGTON, DC, 20006

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $3,044,565

Exercised Options: $3,044,565

Current Obligation: $3,044,565

Actual Outlays: $1,611,246

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: GS00F159CA

IDV Type: FSS

Timeline

Start Date: 2025-05-20

Current End Date: 2026-07-19

Potential End Date: 2026-07-19 00:00:00

Last Modified: 2026-02-17

More Contracts from Jones Lang Lasalle Americas, Inc.

View all Jones Lang Lasalle Americas, Inc. federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending