GSA awards $3.1M for fire alarm upgrades in Philadelphia, with a 63-day performance period
Contract Overview
Contract Amount: $3,085 ($3.1K)
Contractor: Jones Lang Lasalle Americas, Inc.
Awarding Agency: General Services Administration
Start Date: 2026-04-06
End Date: 2026-06-08
Contract Duration: 63 days
Daily Burn Rate: $49/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: AWARD FOR USCH FIRE ALARM DEFICIENCIES IN PHILADELPHIA, PA
Place of Performance
Location: PHILADELPHIA, PHILADELPHIA County, PENNSYLVANIA, 19106
Plain-Language Summary
General Services Administration obligated $3,085.43 to JONES LANG LASALLE AMERICAS, INC. for work described as: AWARD FOR USCH FIRE ALARM DEFICIENCIES IN PHILADELPHIA, PA Key points: 1. Contract focuses on essential safety infrastructure, addressing identified deficiencies. 2. Limited performance period suggests a targeted, potentially urgent, remediation effort. 3. Fixed-price contract type shifts risk to the contractor for cost overruns. 4. The award is a call against a larger Blanket Purchase Agreement (BPA). 5. Contractor has experience in facilities management and support services. 6. Geographic focus on Philadelphia ensures localized impact and oversight.
Value Assessment
Rating: good
The award amount of $3.1 million for fire alarm deficiencies appears reasonable for a targeted remediation project within a specific geographic area. Benchmarking against similar, smaller-scale building system upgrades or maintenance contracts suggests this figure is within expected ranges. The firm fixed-price structure provides cost certainty for the government, assuming the scope of work is well-defined and the contractor's pricing reflects efficient execution.
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. This process is designed to foster competitive pricing and ensure the government receives the best value. The specific number of bidders is not provided, but the open competition suggests a healthy market for these types of facilities support services.
Taxpayer Impact: Full and open competition generally benefits taxpayers by driving down costs through market forces and encouraging a wider pool of qualified contractors to vie for government work.
Public Impact
Federal employees and visitors in the Philadelphia facility will benefit from improved fire safety. Services delivered include the remediation of fire alarm system deficiencies. Geographic impact is concentrated in Philadelphia, Pennsylvania. Workforce implications are likely limited to the contractor's specialized technicians and project managers.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if initial deficiency assessment is incomplete.
- Reliance on a single BPA call could limit long-term strategic sourcing options.
- Contractor performance on previous, similar projects needs thorough review.
Positive Signals
- Firm fixed-price contract mitigates cost overrun risk for the government.
- Awarded under full and open competition, suggesting competitive pricing.
- Focus on critical safety infrastructure addresses a clear government need.
Sector Analysis
This contract falls within the Facilities Support Services sector, a broad category encompassing maintenance, repair, and operational services for government buildings. The market for these services is substantial, driven by the government's extensive real estate portfolio. This specific award addresses a critical safety need, likely part of a larger building modernization or maintenance program within the General Services Administration's Public Buildings Service.
Small Business Impact
The contract was not set aside for small businesses, and the data does not indicate any subcontracting requirements for small businesses. This suggests that the primary contractor, Jones Lang LaSalle Americas, Inc., will likely perform the majority of the work with its own resources or through larger, non-small business subcontractors. Further analysis would be needed to determine if small business participation is mandated under the parent BPA.
Oversight & Accountability
Oversight will likely be managed by the General Services Administration's Public Buildings Service, responsible for federal building management. The firm fixed-price contract provides a degree of financial oversight by capping the government's expenditure. Transparency is facilitated by the contract award being publicly available, though detailed performance metrics and inspection reports may not be readily accessible.
Related Government Programs
- Federal Building Maintenance Contracts
- Public Safety Infrastructure Upgrades
- General Services Administration Facilities Management
- Building Automation and Control Systems
Risk Flags
- Potential for incomplete scope definition
- Risk of schedule delays due to short performance period
- Contractor performance and quality assurance
- Reliance on parent BPA terms
Tags
facilities-support-services, general-services-administration, philadelphia, pennsylvania, firm-fixed-price, full-and-open-competition, safety-infrastructure, building-maintenance, bpa-call, short-performance-period, remediation
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $3,085.43 to JONES LANG LASALLE AMERICAS, INC.. AWARD FOR USCH FIRE ALARM DEFICIENCIES IN PHILADELPHIA, PA
Who is the contractor on this award?
The obligated recipient is JONES LANG LASALLE AMERICAS, INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $3,085.43.
What is the period of performance?
Start: 2026-04-06. End: 2026-06-08.
What is the track record of Jones Lang LaSalle Americas, Inc. with the GSA for similar facilities support services?
Jones Lang LaSalle Americas, Inc. has a significant history of contracts with the General Services Administration, particularly in facilities management and support services. While specific data on their performance for fire alarm deficiency remediation is not detailed here, their broad experience suggests a capacity to handle such projects. A deeper dive into their past performance ratings, any past performance issues, and the value of previous GSA contracts would provide a more comprehensive understanding of their suitability and reliability for this specific award. Analyzing their history with firm fixed-price contracts and adherence to project timelines would also be crucial.
How does the $3.1 million award compare to similar fire alarm system upgrade projects in federal buildings?
Direct comparison of the $3.1 million award for fire alarm deficiencies is challenging without knowing the exact scope, scale, and specific system requirements of the project. However, for targeted remediation of deficiencies in a single facility or a defined area, this amount appears within a reasonable range. Larger, full system modernizations or installations in multiple buildings would naturally command higher figures. Benchmarking against publicly available data for similar GSA or other agency contracts focusing on critical safety system upgrades, particularly those awarded under full and open competition, would provide a more robust value assessment. The short performance period (63 days) suggests a focused effort, which might influence the overall cost compared to longer-term, phased projects.
What are the primary risks associated with this contract, given the short performance period and fixed-price structure?
The primary risks associated with this contract include potential scope creep if the initial assessment of fire alarm deficiencies is incomplete, leading to potential change orders or disputes under the fixed-price structure. The short 63-day performance period presents a risk of schedule delays if unforeseen issues arise during installation or testing, potentially impacting the contractor's profitability and the government's ability to achieve timely safety improvements. Contractor performance risk is also present; if the chosen contractor lacks sufficient expertise or resources, the quality of the remediation could be compromised. Finally, the reliance on a call against a BPA means the government is dependent on the terms and pricing established in the parent agreement.
What is the expected effectiveness of the fire alarm system upgrades in enhancing building safety?
The effectiveness of the fire alarm system upgrades hinges on the thoroughness of the initial assessment of deficiencies and the quality of the remediation performed by Jones Lang LaSalle Americas, Inc. Assuming the contract addresses all identified critical deficiencies and the installed systems meet or exceed current safety codes and standards, the upgrades are expected to significantly enhance building safety. This includes improved detection capabilities, more reliable alarm signaling, and potentially better integration with other emergency systems. The ultimate effectiveness will be measured by the system's performance during subsequent inspections, drills, and, most importantly, in a real emergency situation.
What has been the historical spending pattern for facilities support services by the General Services Administration in Philadelphia?
Historical spending patterns for facilities support services by the GSA in Philadelphia are likely substantial, given the agency's role in managing federal properties in major metropolitan areas. While specific figures for Philadelphia alone are not provided, GSA's overall budget for facilities operations and maintenance runs into billions of dollars annually across the nation. Contracts in this category typically include a wide range of services such as HVAC maintenance, janitorial services, security, and building system repairs, including fire safety. Analyzing past GSA spending in the Philadelphia region for similar service codes (NAICS 561210) would reveal trends in contract values, types of services procured, and dominant contractors, providing context for this specific fire alarm award.
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
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: EQPMAD-26-0240
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 200 E RANDOLPH ST, CHICAGO, IL, 60601
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,085
Exercised Options: $3,085
Current Obligation: $3,085
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47PD0321A0002
IDV Type: BPA
Timeline
Start Date: 2026-04-06
Current End Date: 2026-06-08
Potential End Date: 2026-06-08 00:00:00
Last Modified: 2026-04-06
More Contracts from Jones Lang Lasalle Americas, Inc.
- Deca Whole Facilities Maintenance - Maintenance Group 1 — $104.6M (Department of Defense)
- Deca Whole Facilities Maintenance - Maintenance Group 5 — $83.1M (Department of Defense)
- BPA Call 47PF0022F1079 - Standard Services for 6 Month Base Period for Consolidated Facilities Management Services AT 16 Locations in Chicago, IL 60604 — $42.7M (General Services Administration)
- Project and Location: Complete Facilities Maintenance Services, Various Locations Throughout the State of Georgia, Atlanta North. Award of Base Period of Performance 9/1/2024 - 8/31/2025 — $33.4M (General Services Administration)
- BPA Call - 47PC0623F0004 - Exercising Base Period for Award Jacobs K Javits Federal Complex Building Operations Mechanical and Vertical Transportation Maintenance Services. Effective 05/01/2023 to 04/30/2024 — $25.4M (General Services Administration)
View all Jones Lang Lasalle Americas, 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)