Treasury's $21.2M Andover Facilities Contract Awarded to Native Energy & Technology Inc
Contract Overview
Contract Amount: $21,237,472 ($21.2M)
Contractor: Native Energy & Technology Inc
Awarding Agency: Department of the Treasury
Start Date: 2022-02-01
End Date: 2027-03-31
Contract Duration: 1,884 days
Daily Burn Rate: $11.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 4
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ANDOVER O&M, CUSTODIAL & FACILITY MANAGEMENT SERVICES
Place of Performance
Location: ANDOVER, ESSEX County, MASSACHUSETTS, 05501
Plain-Language Summary
Department of the Treasury obligated $21.2 million to NATIVE ENERGY & TECHNOLOGY INC for work described as: ANDOVER O&M, CUSTODIAL & FACILITY MANAGEMENT SERVICES Key points: 1. Contract value of $21.2M over 5 years. 2. Native Energy & Technology Inc. is the sole awardee. 3. Potential risk associated with limited competition. 4. Facilities Support Services sector.
Value Assessment
Rating: fair
The contract's fixed price structure provides some cost certainty. However, without a competitive benchmark, assessing the pricing's excellence is difficult. Further analysis of the per-unit cost against similar services would be beneficial.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a limited competition scenario. This method may not have yielded the most competitive pricing possible, potentially impacting price discovery.
Taxpayer Impact: The limited competition may result in taxpayers paying more than if a broader competition had been pursued.
Public Impact
Ensures essential facility management services for the IRS in Andover, MA. Supports operational continuity for a key government agency. Potential for job creation through the awarded company.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition
- Lack of clear per-unit cost benchmark
Positive Signals
- Firm fixed price contract type
- Long-term contract provides stability
Sector Analysis
This contract falls within the Facilities Support Services sector, which is crucial for maintaining government infrastructure. Spending in this sector can vary significantly based on agency needs and facility size.
Small Business Impact
The data indicates that this contract was not awarded to a small business. Further investigation would be needed to determine if small business participation was considered or subcontracted.
Oversight & Accountability
The contract's award under a specific competition clause warrants oversight to ensure fair pricing and adherence to procurement regulations. Regular performance reviews will be key.
Related Government Programs
- Facilities Support Services
- Department of the Treasury Contracting
- Internal Revenue Service Programs
Risk Flags
- Limited competition may lead to higher costs.
- Lack of transparent per-unit cost data.
- Potential for vendor lock-in.
- No indication of small business participation.
Tags
facilities-support-services, department-of-the-treasury, ma, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of the Treasury awarded $21.2 million to NATIVE ENERGY & TECHNOLOGY INC. ANDOVER O&M, CUSTODIAL & FACILITY MANAGEMENT SERVICES
Who is the contractor on this award?
The obligated recipient is NATIVE ENERGY & TECHNOLOGY INC.
Which agency awarded this contract?
Awarding agency: Department of the Treasury (Internal Revenue Service).
What is the total obligated amount?
The obligated amount is $21.2 million.
What is the period of performance?
Start: 2022-02-01. End: 2027-03-31.
What was the rationale for excluding other sources in the competition?
The rationale for excluding other sources needs to be thoroughly documented and justified. Typically, such exclusions are based on specific technical requirements, existing infrastructure compatibility, or unique capabilities that only a particular vendor can provide. Without this justification, the limited competition raises concerns about potential price inflation and missed opportunities for better value.
How does the per-unit cost compare to industry benchmarks for similar facilities?
A detailed comparison of the per-unit cost against industry benchmarks for similar facilities is essential for assessing value. Without this data, it's difficult to determine if the $21.2M contract represents a fair price for the services rendered. Benchmarking would highlight any potential overspending or cost efficiencies achieved.
What mechanisms are in place to ensure the effectiveness of facility management services?
Effectiveness is typically ensured through clearly defined performance standards, key performance indicators (KPIs), and regular service level agreement (SLA) reviews. The contract should outline penalties for non-performance and incentives for exceeding expectations. Ongoing monitoring by the agency is crucial to verify service quality and address any issues promptly.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 4
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 12793 COGBURN, SAN ANTONIO, TX, 78249
Business Categories: American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $24,283,971
Exercised Options: $24,173,889
Current Obligation: $21,237,472
Actual Outlays: $14,880,164
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: GS06Q17BQDS213
IDV Type: IDC
Timeline
Start Date: 2022-02-01
Current End Date: 2027-03-31
Potential End Date: 2027-03-31 16:49:22
Last Modified: 2026-03-31
More Contracts from Native Energy & Technology Inc
- Operations and Maintenance AT the Southeast HUB — $60.8M (Department of Homeland Security)
- Task Order Covering Preventative Maintenance and Equipment Repairs Igf::ot::igf — $28.8M (Department of Homeland Security)
- First BPA Call Order for the Facility Preventative Maintenance and Repair Program for the Northwest Corridor — $13.3M (Department of Homeland Security)
- Environmental Support Systems (ESS) Services — $12.1M (Department of Homeland Security)
- Funding Task Order for the Preventative Maintenance Idiq Contract for CBP Facilities in the Southeast Region — $5.6M (Department of Homeland Security)
Other Department of the Treasury Contracts
- Advertising Services — $636.5M (True North Communications Inc)
- Cade 2 Ltis3 Covid-19 — $383.8M (Deloitte Consulting LLP)
- Establish a Broad Networking and Telecommunications Service Environment to Meet ITS Network Services (wide Area and Local Area Network), Voice Telecommunications Services, Audio/Video/Web Conferencing, and Cyber Requirements — $320.2M (AT&T Enterprises, LLC)
- THE Internal Revenue Service (IRS), Office of Information Technology Office, Issues This Order Under GSA Alliant 2 (unrestricted). Enterprise Case Management (ECM) Solution Integration Services — $305.5M (Booz Allen Hamilton Inc)
- THE Tfcceis Task Order IS to Transition the Existing Tfcc Services From the Networx Contract Onto the EIS Contract Vehicle in a Manner That Will Enable Continuity of an Enterprise Network of Toll Free Services for the IRS — $264.6M (Verizon Business Network Services LLC)