GSA awards $31.8K for elevator reprogramming at Ted Weiss Federal Building to Action Facilities Management Inc
Contract Overview
Contract Amount: $31,853 ($31.9K)
Contractor: Action Facilities Management Inc
Awarding Agency: General Services Administration
Start Date: 2025-08-14
End Date: 2026-10-29
Contract Duration: 441 days
Daily Burn Rate: $72/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PROJECT NY0350ZZ - ELEVATOR ALTERNATE FLOOR RECALL REPROGRAMMING FOR NY0350ZZ TED WEISS FEDERAL BUILDING
Place of Performance
Location: NEW YORK, NEW YORK County, NEW YORK, 10007
State: New York Government Spending
Plain-Language Summary
General Services Administration obligated $31,853.21 to ACTION FACILITIES MANAGEMENT INC for work described as: PROJECT NY0350ZZ - ELEVATOR ALTERNATE FLOOR RECALL REPROGRAMMING FOR NY0350ZZ TED WEISS FEDERAL BUILDING Key points: 1. Contract value appears low for a multi-year facilities support service, suggesting a focused scope or potential for follow-on work. 2. The award to Action Facilities Management Inc. indicates a single vendor performing the service, with no immediate indication of broader market engagement. 3. The fixed-price contract type mitigates cost overrun risk for the government. 4. The duration of 441 days (approx. 1.2 years) is relatively short for a facilities management contract. 5. The contract falls under Facilities Support Services, a broad category with many potential service providers. 6. The specific nature of 'elevator alternate floor recall reprogramming' suggests a specialized technical task within broader building maintenance.
Value Assessment
Rating: fair
The contract value of $31,853.21 for elevator reprogramming over approximately 1.2 years is difficult to benchmark without more specific details on the scope of work. However, for a federal building, this amount seems modest for comprehensive elevator system modifications. It's possible this represents a specific component of a larger maintenance contract or a very limited scope of work. Without comparable data for similar 'alternate floor recall reprogramming' tasks, a precise value-for-money assessment is challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The specific number of bidders is not provided, but the fact that it was competed openly suggests a competitive process was initiated. This method is generally expected to yield fair market pricing.
Taxpayer Impact: Full and open competition is the most beneficial for taxpayers as it maximizes the pool of potential offerors, driving down prices through market forces and ensuring the government receives the best value.
Public Impact
The primary beneficiaries are the occupants and visitors of the Ted Weiss Federal Building in New York, who will experience improved elevator functionality. The service delivered is specialized reprogramming of elevator recall systems, likely enhancing safety and operational efficiency. The geographic impact is localized to the Ted Weiss Federal Building in New York. There are no immediate indications of significant workforce implications beyond the specialized technicians required for the reprogramming.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited data on the specific scope of 'elevator alternate floor recall reprogramming' makes it hard to assess if the value is appropriate.
- The absence of the number of bidders prevents a full understanding of the competitive intensity.
- The contract duration is relatively short, raising questions about long-term elevator system support needs.
Positive Signals
- Awarded under full and open competition, suggesting a fair process.
- The firm-fixed-price contract type provides cost certainty for the government.
- The contract is for a specific, technical task, implying a focused and potentially efficient execution.
Sector Analysis
This contract falls within the Facilities Support Services sector, specifically addressing specialized building systems maintenance. The broader facilities management market is substantial, encompassing a wide range of services from janitorial to complex technical repairs. This particular task, elevator recall reprogramming, is a niche within that sector, requiring specific technical expertise. Comparable spending benchmarks for such specialized elevator work are not readily available without more granular data on the scope and complexity.
Small Business Impact
The contract data indicates that small business participation (ss: false, sb: false) was not a specific set-aside requirement for this award. Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from this particular contract's structure, beyond the general opportunity for small businesses to compete in the broader facilities support services market.
Oversight & Accountability
Oversight for this contract would typically fall under the General Services Administration (GSA), specifically the Public Buildings Service, which manages federal buildings. Accountability measures are inherent in the firm-fixed-price contract, requiring the contractor to deliver the specified service. Transparency is facilitated by the public nature of federal contract awards, though detailed performance metrics are not always publicly disclosed.
Related Government Programs
- Federal Building Maintenance Contracts
- Elevator Modernization and Repair Services
- Facilities Support Services
- General Services Administration (GSA) Contracts
Risk Flags
- Scope definition clarity
- Contractor performance history verification
- Value for money justification
Tags
facilities-support-services, general-services-administration, new-york, firm-fixed-price, full-and-open-competition, elevator-maintenance, federal-building, action-facilities-management-inc, ted-weiss-federal-building, public-buildings-service
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $31,853.21 to ACTION FACILITIES MANAGEMENT INC. PROJECT NY0350ZZ - ELEVATOR ALTERNATE FLOOR RECALL REPROGRAMMING FOR NY0350ZZ TED WEISS FEDERAL BUILDING
Who is the contractor on this award?
The obligated recipient is ACTION FACILITIES MANAGEMENT INC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $31,853.21.
What is the period of performance?
Start: 2025-08-14. End: 2026-10-29.
What is the specific technical scope of 'elevator alternate floor recall reprogramming' and why is it necessary?
Alternate floor recall reprogramming for elevators typically refers to adjusting the system's logic that dictates where an elevator car will travel when the fire alarm system is activated. In a fire emergency, elevators are programmed to recall to a designated floor (often the ground floor or a specific safe floor) and await further instructions. Reprogramming might be necessary due to changes in building occupancy, updated safety codes, modifications to the building's floor plan, or to optimize emergency response procedures. The necessity stems from ensuring the elevator system functions correctly and safely during emergencies, directing passengers to a safe egress point and preventing elevator use by unauthorized personnel during a fire.
How does the $31,853.21 contract value compare to typical costs for similar elevator system reprogramming services?
Benchmarking this specific contract value is challenging without detailed scope information. However, $31,853.21 for a task described as 'elevator alternate floor recall reprogramming' over approximately 1.2 years appears to be on the lower end for federal building services. Specialized elevator work can range significantly based on the complexity of the system, the number of elevators, the specific reprogramming required (e.g., software updates vs. hardware integration), and the building's location. For a federal building, this value might represent a very focused scope, a single elevator, or a basic software adjustment. More comprehensive reprogramming or system-wide updates could easily cost tens or hundreds of thousands of dollars.
What are the potential risks associated with a firm-fixed-price contract for specialized elevator services?
The primary risk with a firm-fixed-price (FFP) contract is that the contractor may cut corners on quality or scope to maintain profitability if unforeseen complexities arise that were not adequately accounted for during the bidding process. For specialized services like elevator reprogramming, if the initial assessment of the system's complexity was inaccurate, the contractor might face challenges in delivering the service within the agreed price. This could lead to disputes, delays, or a final product that doesn't fully meet performance expectations. However, FFP contracts are generally favored for their cost certainty for the government, shifting most of the performance risk to the contractor.
What is the track record of Action Facilities Management Inc. in performing similar federal contracts?
Information regarding the specific track record of Action Facilities Management Inc. in performing similar federal contracts, particularly those involving specialized elevator system reprogramming, is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes on similar projects within the federal sector. Without this data, it's difficult to ascertain their specific expertise and reliability for this particular task.
How does the duration of this contract (441 days) align with the typical lifecycle of elevator system maintenance and upgrades?
A contract duration of 441 days (approximately 1.2 years) for elevator alternate floor recall reprogramming is relatively short. Elevator systems often require ongoing maintenance, periodic inspections, and occasional upgrades that can span several years. This short duration suggests that the contract is likely focused on a specific, time-bound task rather than comprehensive, long-term maintenance or a major overhaul. It could be a standalone project or a component of a larger, multi-year facilities management agreement that is not fully captured here.
What does the 'Facilities Support Services' NAICS code (561210) encompass, and how does this contract fit within it?
The North American Industry Classification System (NAICS) code 561210, 'Facilities Support Services,' broadly covers establishments primarily engaged in operating and maintaining buildings with associated utilities. This includes services like general building maintenance, cleaning, security, and operation of building systems. This contract, focusing on elevator recall reprogramming, fits within this code as a specialized technical service contributing to the overall operational integrity and safety of a federal facility. It represents a specific, technical niche within the larger umbrella of facilities support.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: EQ2PSML-25-0158
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 115 MALONE DR, MORGANTOWN, WV, 26501
Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $31,853
Exercised Options: $31,853
Current Obligation: $31,853
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47PC0621A0001
IDV Type: BPA
Timeline
Start Date: 2025-08-14
Current End Date: 2026-10-29
Potential End Date: 2026-10-29 00:00:00
Last Modified: 2026-04-02
More Contracts from Action Facilities Management Inc
- THE JEH Facility and 43 Offsite Facilities of the Ncrs Operations and Maintenance to Maintain Facility Operational Status for Mission Support — $49.0M (Department of Justice)
- Facility Maintenance Contract for the FBI Academy — $44.1M (Department of Justice)
- Facilities Operations and Maintenance Services — $25.1M (Department of Justice)
- TED Weiss Federal Building and Elevator Operations and Maintenance Services — $20.7M (General Services Administration)
- Facility Support Services — $16.1M (Department of Homeland Security)
View all Action Facilities Management Inc federal contracts →
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)