VA awards $818K for fire alarm services, with Mammoth Fire Alarms Inc. securing the contract
Contract Overview
Contract Amount: $818,785 ($818.8K)
Contractor: Mammoth Fire Alarms, Inc.
Awarding Agency: Department of Veterans Affairs
Start Date: 2020-07-01
End Date: 2025-06-30
Contract Duration: 1,825 days
Daily Burn Rate: $449/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FIRE ALARM SERVICES VAMC TOGUS
Place of Performance
Location: AUGUSTA, KENNEBEC County, MAINE, 04330
State: Maine Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $818,784.72 to MAMMOTH FIRE ALARMS, INC. for work described as: FIRE ALARM SERVICES VAMC TOGUS Key points: 1. The contract value of $818,784.72 for fire alarm services appears reasonable for an 1825-day duration. 2. Competition dynamics indicate a single award under the Simplified Acquisition Procedures (SAP), suggesting potential limitations in broad market engagement. 3. Risk indicators are low, with a firm-fixed-price contract type and a single award, which typically limits cost overrun potential. 4. Performance context is for security systems services, specifically fire alarms, at the VA's Togus facility. 5. Sector positioning is within security systems services, a critical component of facility management for government installations.
Value Assessment
Rating: good
The contract value of $818,784.72 over approximately five years (1825 days) for fire alarm services at VAMC Togus suggests a moderate annual expenditure. Benchmarking against similar contracts for security systems services in the federal space would provide a clearer picture of value for money. However, given the firm-fixed-price nature, the government has defined its cost exposure upfront.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This contract was competed under Simplified Acquisition Procedures (SAP), which are typically used for purchases below the simplified acquisition threshold. While the specific number of bidders is not detailed, SAP competitions are generally less extensive than full and open competition. This approach is often used for smaller value procurements where a broad range of offers may not be necessary or cost-effective.
Taxpayer Impact: The use of SAP suggests that the procurement process was streamlined, potentially leading to faster award times. However, it may also mean that the government did not receive the benefit of the widest possible competition, which could have driven prices lower under a more extensive bidding process.
Public Impact
The primary beneficiary is the Department of Veterans Affairs (VA) at the Togus facility, ensuring the safety and security of its personnel and assets. The service delivered is essential fire alarm system maintenance and potentially installation or upgrades, crucial for operational continuity and safety compliance. The geographic impact is localized to the VAMC Togus facility in Maine. Workforce implications are likely related to the contractor's personnel performing the fire alarm services, with potential for local employment opportunities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition under SAP may not have yielded the best possible pricing for taxpayers.
- Lack of detailed bidding information prevents a thorough assessment of competitive pressure on pricing.
- The contract duration of five years could lock the government into a specific vendor, potentially missing out on newer technologies or better pricing from competitors over time.
Positive Signals
- Firm-fixed-price contract type provides cost certainty for the government.
- The contract addresses a critical safety requirement (fire alarm services) for a VA facility.
- The award to Mammoth Fire Alarms, Inc. suggests they met the government's requirements for this service.
Sector Analysis
The security systems services sector, including fire alarm systems, is a vital part of facility management for government agencies. This contract falls within the broader category of commercial services, specifically focusing on safety and security infrastructure. Federal spending in this area is consistent, driven by the need to maintain aging facilities and comply with stringent safety regulations across various government departments.
Small Business Impact
Information regarding small business set-asides or subcontracting plans was not explicitly provided in the data. As the contract was competed under SAP and awarded to Mammoth Fire Alarms, Inc., further investigation would be needed to determine if small business participation was a factor or if subcontracting opportunities were generated.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Veterans Affairs' contracting and facility management divisions. Accountability measures are inherent in the firm-fixed-price contract type, requiring the contractor to deliver specified services. Transparency is generally maintained through federal procurement databases, though detailed performance metrics may not always be publicly available.
Related Government Programs
- VA Facility Maintenance Contracts
- Federal Security Systems Contracts
- Fire Safety Equipment Procurement
- Government Building Maintenance Services
Risk Flags
- Limited Competition
- Potential for Scope Creep (if not managed)
- Contractor Performance Risk (general)
Tags
security-systems-services, fire-alarm-services, department-of-veterans-affairs, va-medical-center, purchase-order, competed-under-sap, firm-fixed-price, facility-maintenance, maine, small-value-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $818,784.72 to MAMMOTH FIRE ALARMS, INC.. FIRE ALARM SERVICES VAMC TOGUS
Who is the contractor on this award?
The obligated recipient is MAMMOTH FIRE ALARMS, INC..
Which agency awarded this contract?
Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).
What is the total obligated amount?
The obligated amount is $818,784.72.
What is the period of performance?
Start: 2020-07-01. End: 2025-06-30.
What is the track record of Mammoth Fire Alarms, Inc. with federal contracts?
A review of federal procurement data indicates that Mammoth Fire Alarms, Inc. has received federal contracts. To fully assess their track record, a deeper dive into contract performance history, past performance evaluations, and any reported issues or awards would be necessary. This would include examining the types of services provided, contract values, and client agencies to understand their experience and reliability in fulfilling government requirements. Without specific past performance data, it is difficult to definitively gauge their suitability beyond meeting the minimum requirements for this specific award.
How does the annual cost of this contract compare to similar fire alarm services at other VA facilities?
The annual cost for this contract is approximately $163,757 ($818,784.72 / 5 years). To benchmark this effectively, one would need to compare it against contracts for similar fire alarm services at other VA medical centers or federal facilities of comparable size and complexity. Factors such as geographic location, specific system requirements (e.g., type of alarms, monitoring services), and contract duration can significantly influence pricing. A comprehensive analysis would involve identifying comparable contracts and adjusting for these variables to determine if this contract represents good value for money or if it is priced above or below market rates.
What are the primary risks associated with a firm-fixed-price contract for fire alarm services?
The primary risks associated with a firm-fixed-price (FFP) contract for fire alarm services are generally minimal for the government, as the price is set upfront. However, risks for the contractor include underestimating costs, which could lead to reduced profit margins or even losses if unforeseen issues arise during service delivery. For the government, the main risk is that the contractor might cut corners on service quality to maintain profitability, especially if oversight is lax. Additionally, if the scope of work needs to change significantly, modifications to an FFP contract can be complex and may lead to price increases.
How effective are fire alarm systems in preventing major incidents at federal facilities?
Modern fire alarm systems are highly effective in preventing major incidents by providing early detection of fires, which is critical for timely evacuation and response by emergency services. Their effectiveness lies in their ability to alert occupants and authorities rapidly, minimizing property damage and saving lives. Regular maintenance, testing, and adherence to stringent installation standards, as mandated by federal regulations and codes, are crucial for ensuring their reliability. While the systems themselves are a vital layer of protection, their overall effectiveness is also dependent on comprehensive fire safety plans, building design, and occupant training.
What has been the historical spending trend for fire alarm services by the Department of Veterans Affairs?
Historical spending trends for fire alarm services by the Department of Veterans Affairs (VA) would likely show consistent investment due to the critical nature of these systems for patient safety and facility operations. The VA operates a vast network of medical centers and facilities, each requiring robust fire detection and alarm capabilities. Spending would fluctuate based on the age of facilities, renovation projects, and the lifecycle of existing systems requiring replacement or upgrades. Analyzing multi-year spending data would reveal patterns of investment, potential increases during periods of infrastructure modernization, and the overall commitment to maintaining safety standards across the VA system.
What is the typical duration for federal contracts of this nature?
The typical duration for federal contracts for services like fire alarm maintenance can vary, but contracts often include an initial base period with multiple option periods. A common structure might be a one-year base period with four one-year options, totaling five years, similar to this contract's duration (1825 days is approximately 5 years). Longer durations are sometimes awarded for services deemed stable and essential, providing continuity for the agency. However, shorter durations might be preferred for services where technology evolves rapidly or where more frequent re-competition is desired to ensure competitive pricing.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Investigation and Security Services › Security Systems Services (except Locksmiths)
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 36C24120Q0309
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 176 WALKER ST, LOWELL, MA, 01854
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $818,785
Exercised Options: $818,785
Current Obligation: $818,785
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2020-07-01
Current End Date: 2025-06-30
Potential End Date: 2025-06-30 00:00:00
Last Modified: 2026-04-02
Other Department of Veterans Affairs Contracts
- CCN Region 3 Express Report — $5.2B (Optum Public Sector Solutions, Inc.)
- Express Report for FY22 Region 2 — $5.1B (Optum Public Sector Solutions, Inc.)
- Fiscal Year 2022 Express Report for Region 1 — $4.2B (Optum Public Sector Solutions, Inc.)
- Express Report for the Patient Centered Community Care (PC3) Contract — $3.3B (Triwest Healthcare Alliance Corp)
- CCN Region Three FY21 Express Report — $3.1B (Optum Public Sector Solutions, Inc.)