State Department awards $3.18M facilities support task order to T&H SERVICES, LLC for 2-year duration

Contract Overview

Contract Amount: $3,180,818 ($3.2M)

Contractor: T&H Services, LLC

Awarding Agency: Department of State

Start Date: 2025-01-18

End Date: 2027-01-17

Contract Duration: 729 days

Daily Burn Rate: $4.4K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: SPECIAL PROJECTS TASK ORDERS- A/OPR/FMS

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20520

State: District of Columbia Government Spending

Plain-Language Summary

Department of State obligated $3.2 million to T&H SERVICES, LLC for work described as: SPECIAL PROJECTS TASK ORDERS- A/OPR/FMS Key points: 1. The contract value of $3.18M over two years suggests a moderate annual spend for facilities support services. 2. The 'NOT AVAILABLE FOR COMPETITION' award type raises questions about the justification for limited competition. 3. The fixed-price contract type provides cost certainty for the government, shifting performance risk to the contractor. 4. The services are categorized under Facilities Support Services, a broad category with potential for varied performance metrics. 5. The contract is geographically focused on Washington D.C., indicating a specific operational need. 6. The duration of 729 days (approximately 2 years) is standard for task orders of this nature.

Value Assessment

Rating: fair

The total award of $3.18M over two years equates to approximately $1.59M annually. Without comparable contract data for similar facilities support services within the Department of State or other agencies, it is difficult to definitively benchmark the value. The firm fixed-price structure implies that the contractor bears the risk of cost overruns, which can be a positive indicator of value if the price is competitive. However, the lack of competition makes a direct price assessment challenging.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded under a 'NOT AVAILABLE FOR COMPETITION' basis, indicating that it was not openly competed. The specific justification for this limited competition is not provided in the data. Typically, sole-source awards occur when only one responsible source can satisfy the agency's needs. The absence of multiple bidders means there was no direct price comparison or market pressure to drive down costs through competitive bidding.

Taxpayer Impact: For taxpayers, a sole-source award means there is a reduced likelihood of achieving the lowest possible price, as the government did not benefit from the competitive process to discover market rates.

Public Impact

The primary beneficiaries are likely the Department of State personnel and operations within the Washington D.C. area who rely on consistent facilities support. The services delivered will encompass a range of facilities support functions, crucial for the day-to-day operations of the agency. The geographic impact is concentrated within the District of Columbia, supporting federal infrastructure in the nation's capital. The contract may have implications for the local workforce in D.C., potentially creating or sustaining jobs in facilities management and maintenance.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Facilities Support Services (NAICS 561210) is a significant sector within government contracting, encompassing a wide array of services from building maintenance and repair to groundskeeping and custodial services. The total U.S. federal spending in this sector can be in the billions annually, with numerous contracts awarded across various agencies. This specific contract represents a small portion of that overall spending, likely supporting a specific facility or set of facilities within the Department of State's operational footprint in Washington D.C.

Small Business Impact

The data indicates that small business participation is not a factor in this award, as 'ss' (small business set-aside) is false and 'sb' (small business) is false. This means the contract was not specifically set aside for small businesses, nor does the primary awardee appear to be a small business. There is no information provided regarding subcontracting plans, so the impact on the small business ecosystem is unknown but likely minimal for this specific task order.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of State's contracting officer and program managers. As a task order under a larger contract vehicle (though the base contract type is not specified), oversight would involve monitoring performance against the statement of work, ensuring timely delivery, and managing payments. Transparency is limited by the sole-source nature of the award. Inspector General jurisdiction would apply if any issues of fraud, waste, or abuse arise.

Related Government Programs

Risk Flags

Tags

facilities-support, department-of-state, district-of-columbia, sole-source, firm-fixed-price, task-order, facilities-management, government-contracting, federal-spending, service-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of State awarded $3.2 million to T&H SERVICES, LLC. SPECIAL PROJECTS TASK ORDERS- A/OPR/FMS

Who is the contractor on this award?

The obligated recipient is T&H SERVICES, LLC.

Which agency awarded this contract?

Awarding agency: Department of State (Department of State).

What is the total obligated amount?

The obligated amount is $3.2 million.

What is the period of performance?

Start: 2025-01-18. End: 2027-01-17.

What is the specific justification for awarding this task order on a 'NOT AVAILABLE FOR COMPETITION' basis?

The provided data does not include the specific justification for the sole-source award. Typically, agencies must document reasons such as urgent and compelling needs, unique capabilities of a single contractor, or specific statutory authority. Without this documentation, it is impossible to assess the appropriateness of foregoing competition. This lack of transparency is a key area for further inquiry, as it directly impacts the government's ability to secure competitive pricing and ensure fair market value for taxpayer dollars. Further investigation would involve requesting the justification document from the Department of State.

How does the annual cost of this contract compare to similar facilities support services awarded by the Department of State or other federal agencies?

The annual cost for this contract is approximately $1.59 million ($3.18M / 2 years). Benchmarking this against similar facilities support services requires access to a broader dataset of federal contracts, including details on the scope of services, facility size, geographic location, and contract type. Without this comparative data, it is difficult to determine if this price represents good value for money. The 'NOT AVAILABLE FOR COMPETITION' status further complicates direct comparison, as market forces that typically drive competitive pricing were absent. A thorough analysis would involve querying contract databases for comparable services and adjusting for known variables.

What are the key performance indicators (KPIs) for T&H SERVICES, LLC under this task order, and how will their performance be measured?

The provided data does not specify the key performance indicators (KPIs) or the performance measurement methodology for T&H SERVICES, LLC. For a facilities support services contract, typical KPIs might include response times for maintenance requests, completion rates for scheduled preventive maintenance, customer satisfaction scores, and adherence to safety and environmental standards. The effectiveness of oversight and accountability hinges on clearly defined and measurable performance standards within the contract's statement of work. Without this information, assessing the contractor's performance and the overall success of the task order is not possible.

What is the track record of T&H SERVICES, LLC in performing similar federal contracts, particularly those awarded on a sole-source basis?

The provided data identifies T&H SERVICES, LLC as the contractor but does not offer details on their past performance, track record, or experience with sole-source awards. To assess their reliability and capability, a review of their contract history, past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any prior issues or successes would be necessary. Understanding their history, especially with similar sole-source procurements, is crucial for evaluating the risk associated with this award and determining if they are the most suitable provider, even in a non-competitive scenario.

What is the historical spending trend for facilities support services by the Department of State in the Washington D.C. area?

The provided data focuses on a single task order and does not offer historical spending trends for facilities support services by the Department of State in the Washington D.C. area. To analyze historical spending, one would need to examine contract awards over several fiscal years within the relevant NAICS code (561210) and geographic region. This would help identify patterns, fluctuations in spending, and the typical procurement methods used (e.g., competitive vs. sole-source). Understanding these trends provides context for the current award and can inform future budgeting and procurement strategies.

Industry Classification

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

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR BUILDINGS

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 19AQMM19R0164

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 9097 GLACIER HIGHWAY, JUNEAU, AK, 99801

Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Tax Exempt, Government, HUBZone Firm, Native American Tribal Government, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $5,053,484

Exercised Options: $5,053,484

Current Obligation: $3,180,818

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 19AQMM19D0129

IDV Type: IDC

Timeline

Start Date: 2025-01-18

Current End Date: 2027-01-17

Potential End Date: 2027-01-17 00:00:00

Last Modified: 2026-04-09

More Contracts from T&H Services, LLC

View all T&H Services, LLC federal contracts →

Other Department of State Contracts

View all Department of State contracts →

Explore Related Government Spending