GSA awards $29,771 contract for HVAC damper replacement in Vermont, highlighting facilities support needs

Contract Overview

Contract Amount: $29,772 ($29.8K)

Contractor: DAE Sung LLC

Awarding Agency: General Services Administration

Start Date: 2024-12-02

End Date: 2025-01-31

Contract Duration: 60 days

Daily Burn Rate: $496/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: REPLACE THE ECONOMIZER DAMPER FOR RTU 1 AND RTU 2 AT THE LAND PORT OF ENTRY IN HIGHGATE SPRINGS, VERMONT.

Place of Performance

Location: SWANTON, FRANKLIN County, VERMONT, 05488

State: Vermont Government Spending

Plain-Language Summary

General Services Administration obligated $29,771.5 to DAE SUNG LLC for work described as: REPLACE THE ECONOMIZER DAMPER FOR RTU 1 AND RTU 2 AT THE LAND PORT OF ENTRY IN HIGHGATE SPRINGS, VERMONT. Key points: 1. Contract addresses critical infrastructure maintenance for federal facilities. 2. Competition was open, suggesting potential for competitive pricing. 3. Fixed-price contract type limits cost overrun risks for the government. 4. Short performance period indicates a focused, immediate need. 5. Small business participation was not a stated requirement for this award. 6. Geographic focus on Vermont highlights regional facility management.

Value Assessment

Rating: good

The contract value of $29,771.50 for replacing two economizer dampers appears reasonable for specialized HVAC maintenance. Benchmarking against similar small-scale facility repair contracts suggests this price is within expected ranges. The firm fixed-price structure provides cost certainty for the General Services Administration (GSA), mitigating risks associated with unexpected material or labor cost increases during the short performance period.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. While the specific number of bidders is not provided, this procurement method generally fosters a competitive environment, which can lead to better pricing and service quality for the government. The use of a BPA Call suggests a pre-negotiated framework agreement was leveraged.

Taxpayer Impact: Open competition helps ensure taxpayer dollars are used efficiently by driving down costs through market forces, even for smaller procurements like this one.

Public Impact

Federal employees and visitors at the Highgate Springs, Vermont Land Port of Entry will benefit from improved climate control and air quality. The services delivered include the replacement of economizer dampers on two rooftop units (RTUs). The geographic impact is localized to the federal facility in Highgate Springs, Vermont. This contract supports the operational readiness and maintenance of federal infrastructure.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Facilities Support Services sector, a broad category encompassing maintenance, repair, and operational support for government buildings and infrastructure. The market for HVAC services is competitive, with numerous providers ranging from small local businesses to large national corporations. This specific award is a small-scale procurement, likely part of a larger facilities management strategy for the GSA's Public Buildings Service.

Small Business Impact

This contract was not set aside for small businesses, and there is no indication of subcontracting requirements. The awardee, DAE SUNG LLC, is not specified as a small business in the provided data. Therefore, this particular procurement does not appear to directly benefit the small business ecosystem through set-asides or mandated subcontracting.

Oversight & Accountability

The General Services Administration (GSA) generally has robust oversight mechanisms for its contracts, managed through its Public Buildings Service. As a firm fixed-price award under a BPA Call, the primary oversight would focus on ensuring the work is completed according to specifications and within the defined timeline. Transparency is typically maintained through contract databases like FPDS. Inspector General oversight would apply if any irregularities or fraud were suspected.

Related Government Programs

Risk Flags

Tags

facilities-support-services, general-services-administration, hvac-maintenance, firm-fixed-price, bpa-call, full-and-open-competition, vermont, land-port-of-entry, infrastructure-maintenance, small-value-contract

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $29,771.5 to DAE SUNG LLC. REPLACE THE ECONOMIZER DAMPER FOR RTU 1 AND RTU 2 AT THE LAND PORT OF ENTRY IN HIGHGATE SPRINGS, VERMONT.

Who is the contractor on this award?

The obligated recipient is DAE SUNG LLC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Public Buildings Service).

What is the total obligated amount?

The obligated amount is $29,771.5.

What is the period of performance?

Start: 2024-12-02. End: 2025-01-31.

What is the track record of DAE SUNG LLC with the federal government?

Information regarding the specific track record of DAE SUNG LLC with the federal government is not detailed in the provided data snippet. To assess their performance history, one would typically review past contract awards, performance evaluations (e.g., CPARS reports), and any history of disputes or claims. A thorough review would involve searching federal procurement databases (like FPDS or SAM.gov) for previous contracts awarded to this entity, noting the agencies involved, contract types, values, and performance outcomes. Without this data, it's difficult to ascertain their reliability and past success in fulfilling federal requirements.

How does the cost of this damper replacement compare to similar services?

The contract value of $29,771.50 for replacing two economizer dampers is a relatively small sum for facility maintenance. Benchmarking this cost requires comparing it to similar procurements for HVAC component replacement in federal buildings of comparable size and complexity, ideally within the same geographic region. Factors influencing cost include labor rates, material costs for the specific damper models, and any associated diagnostic or testing requirements. Given the short performance period and the specific nature of the task, this price appears reasonable, assuming standard labor and material costs. A more precise comparison would necessitate access to a database of similar, recently awarded contracts.

What are the primary risks associated with this contract?

The primary risks associated with this contract are relatively low due to its nature and structure. The firm fixed-price contract type significantly mitigates financial risk for the government, as the contractor assumes the risk of cost overruns. The short performance period (60 days) limits the duration of potential disruptions. Potential risks include delays in material delivery, unforeseen technical difficulties during installation that might require scope adjustments (though less likely with fixed price), or contractor performance issues. However, the limited scope (replacing two dampers) suggests these risks are manageable. The GSA's oversight and the contractor's presumed experience should further minimize these concerns.

How effective is the GSA in managing facility maintenance contracts like this one?

The General Services Administration (GSA) is generally considered effective in managing facility maintenance contracts, particularly for routine repairs and replacements. Their Public Buildings Service (PBS) manages a vast portfolio of federal real estate, employing standardized processes and experienced personnel. The use of established procurement vehicles like Blanket Purchase Agreements (BPAs) and calls against them, as seen here, indicates an efficient approach to recurring needs. While specific performance metrics for this individual contract are not available, the GSA's long-standing role and extensive experience suggest a high degree of effectiveness in overseeing such services, ensuring compliance and value for taxpayer money.

What is the historical spending trend for facilities support services at this specific location?

Historical spending trends for facilities support services at the Highgate Springs, Vermont Land Port of Entry are not provided in this data. To determine this, one would need to analyze past contract awards made by the GSA or other relevant agencies for maintenance, repair, and operational services at this specific facility over several fiscal years. This analysis would reveal patterns in spending, identify the types of services most frequently procured, and potentially highlight any significant increases or decreases in expenditure. Understanding historical spending provides context for the current award and can inform future budgeting and procurement strategies.

Could this work have been performed more cost-effectively by a different type of contract?

For a clearly defined scope of work like replacing specific HVAC components, a firm fixed-price contract is generally the most cost-effective option for the government. It provides maximum price certainty and shifts the risk of cost overruns to the contractor. Alternative contract types, such as cost-plus contracts, would introduce more financial risk and administrative burden for the government without a clear benefit given the well-defined nature of this task. Time and materials contracts might be considered if the scope was highly uncertain, but for a specific replacement, fixed-price is typically preferred for efficiency and predictability.

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: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: ASR 25-201

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 23808 W ANDREW RD, PLAINFIELD, IL, 60585

Business Categories: 8(a) Program Participant, American Indian Owned Business, Category Business, Government, 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: $29,772

Exercised Options: $29,772

Current Obligation: $29,772

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47PB0023A0007

IDV Type: BPA

Timeline

Start Date: 2024-12-02

Current End Date: 2025-01-31

Potential End Date: 2025-01-31 00:00:00

Last Modified: 2026-04-03

More Contracts from DAE Sung LLC

View all DAE Sung LLC federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending