GSA awards $31K for fluorescent light replacement at Hruska Courthouse, Nebraska
Contract Overview
Contract Amount: $31,180 ($31.2K)
Contractor: Wilson 5 Service Company, Inc.
Awarding Agency: General Services Administration
Start Date: 2026-04-10
End Date: 2026-06-10
Contract Duration: 61 days
Daily Burn Rate: $511/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: REPLACE 114 FLUORESCENT LIGHTS LOCATED IN 6 STAIRWELLS, LOADING DOCK AND MECHANICAL ROOM AT HRUSKA FEDERAL COURTHOUSE OMAHA NE 68102.(GENERAL SERVICES ADMINISTRATION).
Place of Performance
Location: OMAHA, DOUGLAS County, NEBRASKA, 68102
State: Nebraska Government Spending
Plain-Language Summary
General Services Administration obligated $31,179.5 to WILSON 5 SERVICE COMPANY, INC. for work described as: REPLACE 114 FLUORESCENT LIGHTS LOCATED IN 6 STAIRWELLS, LOADING DOCK AND MECHANICAL ROOM AT HRUSKA FEDERAL COURTHOUSE OMAHA NE 68102.(GENERAL SERVICES ADMINISTRATION). Key points: 1. Contract value appears reasonable for a targeted facility upgrade. 2. Competition was open, suggesting potential for competitive pricing. 3. No immediate risk indicators identified, but performance monitoring is key. 4. Project scope is specific to lighting replacement, not a broad facility overhaul. 5. Falls within facilities support services, a common government procurement category.
Value Assessment
Rating: good
The contract value of $31,179.50 for replacing 114 fluorescent lights across multiple areas of the Hruska Federal Courthouse seems appropriate for the scope of work. Without specific details on the types of fixtures and labor involved, a direct cost comparison is difficult. However, the price per fixture is approximately $273, which is within a plausible range for commercial-grade lighting upgrades, especially considering potential prevailing wage requirements and specialized installation in a federal building.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that the solicitation was broadly advertised, but specific sources may have been excluded based on pre-defined criteria. The fact that it was open suggests multiple vendors had the opportunity to bid, which typically fosters competitive pricing. The number of bidders is not specified, but the open nature is a positive sign for price discovery.
Taxpayer Impact: Taxpayers benefit from the competitive bidding process, which aims to secure the best possible price for the required services and prevent inflated costs.
Public Impact
Federal employees and visitors at the Hruska Federal Courthouse will benefit from improved lighting. Services delivered include the replacement of 114 fluorescent lights. Geographic impact is localized to Omaha, Nebraska. Workforce implications are likely minimal, involving a small team for installation.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for delays if specialized parts are needed and not readily available.
- Ensuring compliance with federal building codes and energy efficiency standards.
Positive Signals
- Clear scope of work for a defined task.
- Fixed-price contract limits cost overruns.
- Open competition process generally leads to better value.
Sector Analysis
This contract falls under the Facilities Support Services sector, a broad category encompassing maintenance, repair, and operational services for government buildings. The market for these services is substantial, with numerous providers ranging from small local businesses to large national corporations. This specific procurement addresses a common need for infrastructure upgrades, such as lighting retrofits, to improve energy efficiency and maintain operational standards within federal properties managed by agencies like the General Services Administration (GSA).
Small Business Impact
The contract was awarded under full and open competition, and there is no indication of a small business set-aside. While this specific award may not directly benefit small businesses through a set-aside, the open competition allows small businesses that meet the qualifications to compete. Subcontracting opportunities are not explicitly mentioned but could arise if the prime contractor utilizes specialized services.
Oversight & Accountability
Oversight for this contract would primarily fall under the General Services Administration (GSA), specifically the Public Buildings Service. Accountability measures are inherent in the firm-fixed-price contract type, which obligates the contractor to complete the work for the agreed-upon price. Transparency is facilitated by the public nature of federal contract awards, allowing for review of basic contract details.
Related Government Programs
- Federal Courthouse Maintenance
- General Services Administration Facilities Management
- Energy Efficiency Upgrades in Federal Buildings
Risk Flags
- Potential for scope creep if unforeseen issues arise during installation.
- Dependence on contractor's ability to procure specific lighting components efficiently.
Tags
facilities-support-services, general-services-administration, firm-fixed-price, full-and-open-competition, lighting-replacement, courthouse-maintenance, nebraska, small-contract-value, infrastructure-upgrade
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $31,179.5 to WILSON 5 SERVICE COMPANY, INC.. REPLACE 114 FLUORESCENT LIGHTS LOCATED IN 6 STAIRWELLS, LOADING DOCK AND MECHANICAL ROOM AT HRUSKA FEDERAL COURTHOUSE OMAHA NE 68102.(GENERAL SERVICES ADMINISTRATION).
Who is the contractor on this award?
The obligated recipient is WILSON 5 SERVICE COMPANY, INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $31,179.5.
What is the period of performance?
Start: 2026-04-10. End: 2026-06-10.
What is the track record of Wilson 5 Service Company, Inc. with federal contracts?
Information regarding the specific track record of Wilson 5 Service Company, Inc. with federal contracts is not detailed in the provided data. A comprehensive assessment would require reviewing their past performance on similar government projects, including contract history, past performance evaluations, and any instances of disputes or corrective actions. Agencies typically maintain internal databases or utilize resources like the Federal Procurement Data System (FPDS) to track contractor performance. Without access to this detailed history, it's difficult to definitively assess their reliability and experience for this specific lighting replacement project.
How does the cost per light fixture compare to similar government or commercial projects?
The cost per light fixture is approximately $273 ($31,179.50 / 114 lights). Benchmarking this against similar projects is challenging without more specific data on the types of fluorescent lights being replaced (e.g., T12, T8, T5), the complexity of installation (e.g., ceiling height, accessibility), and whether the price includes disposal of old fixtures and materials. Generally, commercial lighting retrofits can range from $100 to $500+ per fixture depending on these factors. For a federal courthouse, which may have specific security or accessibility requirements, a mid-to-higher range within this spectrum is plausible. Further research into GSA's historical lighting project costs or industry benchmarks for federal facilities would provide a more precise comparison.
Are there any identified risks associated with this specific contract or contractor?
Based on the limited data provided, there are no explicit high-risk indicators flagged for this contract. The contract type is firm-fixed-price, which shifts cost overrun risk to the contractor. The competition was full and open, suggesting a degree of market vetting. Potential risks could include contractor performance issues (delays, quality of work), unforeseen site conditions requiring additional work, or supply chain disruptions for specific lighting components. The General Services Administration (GSA) would typically manage these risks through contract oversight, performance monitoring, and adherence to project timelines and specifications.
What is the expected effectiveness of this lighting upgrade in terms of energy savings or improved functionality?
The effectiveness of this lighting upgrade is expected to be positive, primarily in terms of energy savings and potentially improved illumination quality. Replacing older fluorescent lights with newer, more energy-efficient models can lead to significant reductions in electricity consumption. While the exact savings depend on the specific technology used and the hours of operation, modern fluorescent or LED alternatives typically offer substantial energy efficiency gains over older systems. Improved lighting levels can also enhance safety and productivity within the courthouse's stairwells, loading dock, and mechanical rooms.
How does this contract's value compare to overall GSA spending on facilities maintenance?
This contract's value of $31,179.50 represents a very small fraction of the General Services Administration's (GSA) overall spending on facilities maintenance and operations. GSA manages a vast portfolio of federal buildings across the country, and its annual budget for maintenance, repair, and custodial services runs into billions of dollars. This specific award is a localized, targeted upgrade for a single facility. It is not indicative of large-scale spending trends but rather a routine procurement for essential building upkeep and modernization within a specific location.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 47PD5126Q9935
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 6 PAGE ST, KITTERY, ME, 03904
Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $31,180
Exercised Options: $31,180
Current Obligation: $31,180
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47PG0121D0007
IDV Type: IDC
Timeline
Start Date: 2026-04-10
Current End Date: 2026-06-10
Potential End Date: 2026-06-10 00:00:00
Last Modified: 2026-04-10
More Contracts from Wilson 5 Service Company, Inc.
- This IS a NEW Requirement for Janitorial and Ground Maintenance AT the Montgomery Regional Office. the Base Period of Performance Begins on 04/02/2025 to 04/01/2026 — $686.7K (Department of Veterans Affairs)
- Replace the Exhaust AIR Dampers and Actuators on the South Side of the North Exhaust AIR Shaft AT the Roman L. Hruska Federal Building AT 111 S. 18TH Plaza, Omaha NE — $57.3K (General Services Administration)
- VFD AHU 8 Triple Duty Valve for the HOT Water Loop Pump #4 AT the Zorinsky Federal Building, 1616 Capitol AVE. Omaha NE, 68102.(general Services Administration) — $37.0K (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)