GSA awards $3.19M for flagpole repairs in Raleigh, NC to DAE SUNG LLC
Contract Overview
Contract Amount: $3,188 ($3.2K)
Contractor: DAE Sung LLC
Awarding Agency: General Services Administration
Start Date: 2026-04-09
End Date: 2026-07-08
Contract Duration: 90 days
Daily Burn Rate: $35/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FLAGPOLE REPAIRS, RALEIGH NC
Place of Performance
Location: RALEIGH, WAKE County, NORTH CAROLINA, 27601
Plain-Language Summary
General Services Administration obligated $3,187.7 to DAE SUNG LLC for work described as: FLAGPOLE REPAIRS, RALEIGH NC Key points: 1. Contract awarded via a Blanket Purchase Agreement (BPA) Call, suggesting a pre-competed framework. 2. The contract is for facilities support services, specifically flagpole repairs. 3. Fixed-price contract type aims to control costs for the government. 4. The duration of the contract is 90 days. 5. The contractor, DAE SUNG LLC, is a new entity in federal contracting based on available data. 6. The contract was awarded through full and open competition.
Value Assessment
Rating: fair
The contract value of $3.19 million for 90 days of flagpole repair services appears high for the stated scope. Without detailed line items for materials and labor, it is difficult to benchmark the value effectively. Comparing this to typical maintenance contracts for facilities of similar size and complexity, the per-day cost is substantial. Further analysis would be needed to determine if this represents a fair price for the specific services and materials required, or if it includes broader facility support not explicitly detailed.
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. The specific mechanism used was a BPA Call, which implies that a broader BPA was previously competed, and this call is an order against that agreement. The number of bidders for this specific call is not provided, but the 'full and open' designation suggests a competitive process was intended.
Taxpayer Impact: Full and open competition generally benefits taxpayers by encouraging multiple bids, which can lead to lower prices and better value. However, the effectiveness of this benefit depends on the actual number of bids received and the pricing proposed.
Public Impact
Federal facilities in Raleigh, NC, will benefit from maintained and functional flagpoles. The services delivered include repairs and maintenance for specific flagpole infrastructure. The geographic impact is localized to Raleigh, North Carolina. Workforce implications are likely limited to the contractor's employees performing the repairs.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- High contract value for a short duration raises questions about cost efficiency.
- Limited information on the specific scope of 'flagpole repairs' makes value assessment difficult.
- New contractor with potentially limited federal performance history.
- Lack of detail on competition level beyond 'full and open' for the specific BPA call.
Positive Signals
- Awarded through full and open competition, promoting market access.
- Fixed-price contract type helps manage cost uncertainty.
- BPA Call mechanism suggests a pre-vetted procurement vehicle.
Sector Analysis
The facilities support services sector encompasses a wide range of maintenance, repair, and operational services for government and commercial properties. This contract falls within the specialized area of infrastructure maintenance. The federal government is a significant consumer of these services, with spending distributed across various agencies and geographic locations. Benchmarking this specific contract's value is challenging without more granular data on the scope of work and materials involved.
Small Business Impact
This contract does not appear to have a small business set-aside (ss: false) and the contractor is not listed as a small business (sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from this specific award. The primary contractor is not a small business, and the contract was not set aside for small business participation.
Oversight & Accountability
Oversight for this contract would typically fall under the General Services Administration (GSA), specifically the Public Buildings Service. As a BPA Call, the underlying BPA likely has established oversight mechanisms. The fixed-price nature of the contract provides some cost control. Transparency would be enhanced by detailed reporting on the services performed and costs incurred, which may be available through GSA's contract management systems.
Related Government Programs
- Facilities Maintenance Contracts
- General Services Administration Contracts
- Public Buildings Service Contracts
- Infrastructure Repair Services
Risk Flags
- High contract value relative to duration.
- Limited public information on contractor's federal performance history.
- Scope of 'flagpole repairs' is not detailed, hindering value assessment.
Tags
facilities-support-services, general-services-administration, public-buildings-service, raleigh-nc, north-carolina, firm-fixed-price, bpa-call, full-and-open-competition, infrastructure-maintenance, medium-value-contract
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $3,187.7 to DAE SUNG LLC. FLAGPOLE REPAIRS, RALEIGH NC
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 $3,187.7.
What is the period of performance?
Start: 2026-04-09. End: 2026-07-08.
What is the specific scope of work included in 'flagpole repairs' for this contract, and what materials are anticipated?
The provided data does not detail the specific scope of work for 'flagpole repairs' beyond the general description. This could range from minor cosmetic fixes and cleaning to structural repairs, replacement of components like ropes or mechanisms, or even complete flagpole replacement. Similarly, anticipated materials are not specified. Understanding these details is crucial for accurately assessing the contract's value and comparing it to market rates for similar services. Without this granularity, the $3.19 million award for a 90-day period remains difficult to justify purely on the limited information available.
What is the track record of DAE SUNG LLC in performing federal contracts, particularly for facilities maintenance?
Based on the provided data, DAE SUNG LLC appears to be a relatively new entrant or has a limited federal contracting history. The data does not indicate prior significant federal contract awards for this entity, especially within the facilities support services sector. Further investigation into federal procurement databases like SAM.gov or FPDS would be necessary to ascertain their full performance history, including past performance evaluations, any prior awards, and their experience with similar types of repair and maintenance work. A lack of extensive federal experience could represent a risk factor.
How does the $3.19 million value for 90 days of service compare to similar flagpole repair or specialized facilities maintenance contracts?
Benchmarking this contract's value is challenging without more specific details on the scope of work and the condition of the flagpoles. However, a $3.19 million award for a 90-day service period, averaging over $35,000 per day, seems high for what is typically understood as flagpole repair. Standard flagpole maintenance and repair contracts, unless involving extensive structural work on multiple large-scale installations or including significant material costs, usually fall within much lower dollar thresholds. This value might be justifiable if it encompasses a large number of flagpoles, complex restoration work, or includes broader facility support services not explicitly detailed in the summary.
What does the 'BPA CALL' award mechanism imply about the competition and pricing for this contract?
A 'BPA CALL' indicates that this contract is an order placed against a previously established Blanket Purchase Agreement (BPA). BPAs are typically awarded through full and open competition to multiple vendors for supplies or services that may be needed repeatedly. When a specific need arises, agencies issue 'calls' or orders against the BPA. This means the initial competition for the BPA itself was likely robust. However, the competition for this specific call might vary; while the BPA was competed broadly, the call itself might have been competed among BPA holders or awarded to a specific vendor based on pre-negotiated terms, potentially limiting direct price comparison for this individual task order.
What are the potential risks associated with awarding a contract of this value to a potentially less experienced federal contractor?
Awarding a contract of this magnitude ($3.19 million) to a contractor with a potentially limited federal track record, like DAE SUNG LLC might have, introduces several risks. These include potential performance issues, delays in project completion, difficulties in managing the scope of work, and challenges in adhering to federal regulations and reporting requirements. There's also a risk that the contractor may not have established robust quality control processes or experienced personnel for large-scale federal projects. This could necessitate increased government oversight, potentially leading to higher administrative costs and a greater likelihood of contract disputes or failures to meet objectives.
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: EQPMAB-26-0241
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: $3,188
Exercised Options: $3,188
Current Obligation: $3,188
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47PN0423A0004
IDV Type: BPA
Timeline
Start Date: 2026-04-09
Current End Date: 2026-07-08
Potential End Date: 2026-07-08 00:00:00
Last Modified: 2026-04-02
More Contracts from DAE Sung LLC
- Awards Option Year 2 of the Facilities Engineering, Operations & Maintenance Services Blanket Purchase Agreement Call Order AT CMS Headquarters in Woodlawn, MD — $14.9M (General Services Administration)
- Operations Maintenance Services Richmond Field Offices — $13.4M (General Services Administration)
- 47pb0022a0004-Bpa Call 47PF5225F0002 Operations & Maintenance, and Custodial and Related Services for 9 Western Massachusetts and Rhode Island Locations This Call Consolidates 5 Previous BPA Calls and Exercises Option Year 3 (11/01/2025 - 10/31/2026) — $5.7M (General Services Administration)
- BPA Call for Base Year Highgate Combined Sevices Blanket Purchase Agreement — $5.0M (General Services Administration)
- Blanket Purchase Agreement (BPA) Call 47PF5225F0001, Vermont Combined Services, Option Year 3 — $2.0M (General Services Administration)
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)