VA Awards $1.26M for Cooling Tower Services to Skip Rock LLC, Ending August 2027
Contract Overview
Contract Amount: $126,221 ($126.2K)
Contractor: Skip Rock LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2025-08-18
End Date: 2027-08-17
Contract Duration: 729 days
Daily Burn Rate: $173/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 4
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: COOLING TOWER
Place of Performance
Location: JACKSON, HINDS County, MISSISSIPPI, 39216
Plain-Language Summary
Department of Veterans Affairs obligated $126,221 to SKIP ROCK LLC for work described as: COOLING TOWER Key points: 1. Contract awarded to Skip Rock LLC for cooling tower services. 2. The Department of Veterans Affairs is the contracting agency. 3. The contract has a duration of 729 days. 4. The award was made under Simplified Acquisition Procedures (SAP). 5. The contract type is Firm Fixed Price.
Value Assessment
Rating: fair
The contract value of $1.26M for a 729-day period suggests a moderate annual cost. Benchmarking against similar cooling tower maintenance contracts would be necessary to determine if this pricing is competitive.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under SAP, indicating it was likely set aside for small businesses or competed among a limited number of vendors. This method may limit price discovery compared to full and open competition.
Taxpayer Impact: The $1.26M expenditure represents taxpayer funds allocated for essential facility maintenance at a VA facility.
Public Impact
Ensures continued operation of critical cooling systems at a VA facility. Supports maintenance services, potentially impacting patient comfort and operational efficiency. The award to Skip Rock LLC contributes to the local economy in Mississippi.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition under SAP may not yield the best price.
- Lack of detailed performance metrics in the provided data.
- Potential for price increases in future contract renewals.
Positive Signals
- Contract supports essential VA facility operations.
- Firm Fixed Price contract provides cost certainty.
- Awarded to a business located in Mississippi.
Sector Analysis
This contract falls under the Commercial and Industrial Machinery and Equipment Repair and Maintenance sector. Spending in this sector is crucial for maintaining government infrastructure and operational readiness.
Small Business Impact
The contract was competed under SAP, which often includes provisions for small business set-asides. However, it is not explicitly stated if Skip Rock LLC is a small business or if this was a set-aside action.
Oversight & Accountability
Oversight would involve monitoring Skip Rock LLC's performance against contract requirements and ensuring adherence to the Firm Fixed Price terms. The VA's contracting office is responsible for this oversight.
Related Government Programs
- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Department of Veterans Affairs Contracting
- Department of Veterans Affairs Programs
Risk Flags
- Potential for limited competition under SAP.
- Lack of detailed performance metrics.
- No explicit small business status mentioned for the awardee.
- Contract duration is significant, requiring sustained oversight.
Tags
commercial-and-industrial-machinery-and-, department-of-veterans-affairs, ms, purchase-order, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $126,221 to SKIP ROCK LLC. COOLING TOWER
Who is the contractor on this award?
The obligated recipient is SKIP ROCK LLC.
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 $126,221.
What is the period of performance?
Start: 2025-08-18. End: 2027-08-17.
What is the specific scope of work included in the cooling tower services, and how does it align with industry standards for similar facilities?
The provided data lacks specifics on the scope of work. A detailed analysis would require reviewing the contract's Statement of Work (SOW) to understand the exact services, maintenance schedules, and performance standards. Comparing these to industry best practices for cooling tower maintenance in similar healthcare or government facilities is crucial for assessing value and effectiveness.
What was the competitive landscape during the SAP competition, and what prevented a broader, full and open competition?
Simplified Acquisition Procedures (SAP) are typically used for purchases below certain thresholds or when only a limited number of sources are capable of meeting the requirement. Understanding the specific justification for using SAP, such as the estimated value or unique capabilities required, would clarify why full and open competition was not pursued. This could indicate potential limitations in the market or specific agency needs.
How does the per-unit cost or annual cost of this contract compare to benchmarks for similar cooling tower maintenance contracts at other federal facilities?
Without specific unit cost data or a detailed breakdown of services provided, a direct benchmark comparison is challenging. However, the total award of $1.26M over approximately two years suggests an annual cost of roughly $630,000. Further analysis would involve comparing this annual figure against publicly available contract data for similar services at other federal agencies to assess cost-effectiveness.
Industry Classification
NAICS: Other Services (except Public Administration) › Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance › Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
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: 36C25625Q04
Offers Received: 4
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 123 INDIAN HILLS DR, CLARKSVILLE, TN, 37043
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $322,890
Exercised Options: $322,890
Current Obligation: $126,221
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-08-18
Current End Date: 2027-08-17
Potential End Date: 2030-08-17 00:00:00
Last Modified: 2026-04-09
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.)