GSA Awards $4.5M for Chiller Maintenance in Maryland, Full & Open Competition
Contract Overview
Contract Amount: $4,505 ($4.5K)
Contractor: DAE Sung LLC
Awarding Agency: General Services Administration
Start Date: 2026-04-14
End Date: 2026-07-13
Contract Duration: 90 days
Daily Burn Rate: $50/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CHILLER 5 RECTIFIER_BALTIMORE_MD0455HC
Place of Performance
Location: WINDSOR MILL, BALTIMORE County, MARYLAND, 21244
State: Maryland Government Spending
Plain-Language Summary
General Services Administration obligated $4,504.56 to DAE SUNG LLC for work described as: CHILLER 5 RECTIFIER_BALTIMORE_MD0455HC Key points: 1. Contract awarded to DAE SUNG LLC for chiller maintenance services. 2. The contract utilizes a Firm Fixed Price structure. 3. Competition was Full and Open, indicating a competitive bidding process. 4. The contract duration is 90 days, ending July 13, 2026.
Value Assessment
Rating: fair
The award amount of $4.5M for a 90-day chiller maintenance contract appears high for the duration. Benchmarking against similar facilities support services contracts is needed to assess value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a robust price discovery process. However, the short duration and specific service may limit the number of truly competitive bids.
Taxpayer Impact: Taxpayer funds are being used for essential facility maintenance. The fairness of the price relative to the service and duration will determine the ultimate taxpayer impact.
Public Impact
Ensures continued operation of critical building cooling systems. Supports federal facilities in Maryland. Provides essential maintenance services for public infrastructure.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- High cost for a short-term service contract.
- Limited duration may not reflect long-term maintenance needs.
- Potential for price inflation due to specialized service.
Positive Signals
- Awarded through full and open competition.
- Utilizes a firm fixed price contract type.
- Supports essential government operations.
Sector Analysis
This contract falls under Facilities Support Services, a broad category. Spending in this sector is driven by the need to maintain government infrastructure. Benchmarks for chiller maintenance vary significantly based on equipment size and complexity.
Small Business Impact
The contract was awarded to DAE SUNG LLC. Information on whether this is a small business is not provided, nor is there data on subcontracting opportunities for small businesses.
Oversight & Accountability
The General Services Administration (GSA) awarded this contract through its Public Buildings Service. Oversight would focus on ensuring the contractor meets performance standards and adheres to the fixed price.
Related Government Programs
- Facilities Support Services
- General Services Administration Contracting
- Public Buildings Service Programs
Risk Flags
- High cost relative to contract duration.
- Lack of detail on scope of work.
- Potential for price inflation.
- Short contract duration may not reflect long-term needs.
- Unclear if DAE SUNG LLC is a small business.
Tags
facilities-support-services, general-services-administration, md, bpa-call, under-100k
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $4,504.56 to DAE SUNG LLC. CHILLER 5 RECTIFIER_BALTIMORE_MD0455HC
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 $4,504.56.
What is the period of performance?
Start: 2026-04-14. End: 2026-07-13.
What is the expected scope of work for this chiller maintenance contract, and how does it justify the $4.5M price tag for 90 days?
The provided data lacks specific details on the scope of work. A $4.5M price for 90 days of chiller maintenance suggests either extremely complex, large-scale equipment, or potentially a bundled service contract. Further clarification is needed to understand if this represents routine maintenance, emergency repairs, or a combination, and how the pricing aligns with industry standards for such services.
Given the full and open competition, what was the range of bids received, and how does the awarded price compare to the government estimate?
The data does not include the bid range or the government estimate. While full and open competition is a positive indicator, knowing the competitive landscape (number of bids, price spread) and the relationship between the awarded price and the estimate is crucial for assessing value for money. Without this, it's difficult to definitively gauge if the price achieved represents optimal taxpayer savings.
What is the long-term strategy for chiller maintenance at this facility, and does this short-term contract align with it?
This 90-day contract ending in July 2026 appears to be a short-term solution. It raises questions about the agency's long-term maintenance planning. Is this a stop-gap measure before a larger contract, or is it indicative of a fragmented approach to facility upkeep? Understanding the broader strategy is key to evaluating the effectiveness and efficiency of this specific 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
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: $4,505
Exercised Options: $4,505
Current Obligation: $4,505
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47PD0321A0004
IDV Type: BPA
Timeline
Start Date: 2026-04-14
Current End Date: 2026-07-13
Potential End Date: 2026-07-13 00:00:00
Last Modified: 2026-04-09
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)