GSA's $21.1M Kentucky Facilities Support Contract Awarded to KING & GEORGE, LLC for 2007 Days
Contract Overview
Contract Amount: $21,120,650 ($21.1M)
Contractor: King & George, LLC
Awarding Agency: General Services Administration
Start Date: 2020-10-01
End Date: 2026-03-31
Contract Duration: 2,007 days
Daily Burn Rate: $10.5K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: KENTUCKY STATEWIDE COMBINED SERVICES FOR 13 FEDERAL BUILDINGS. KY0006ZZ,KY0008AB,KY0013ZZ,KY0042ZZ,KY0043AB,KY0045ZZ,KY0058ZZ, KY0059ZZ,KY0086ZZ,KY0088ZZ,KY0089ZZ,KY3072ZZ
Place of Performance
Location: LOUISVILLE, JEFFERSON County, KENTUCKY, 40202
State: Kentucky Government Spending
Plain-Language Summary
General Services Administration obligated $21.1 million to KING & GEORGE, LLC for work described as: KENTUCKY STATEWIDE COMBINED SERVICES FOR 13 FEDERAL BUILDINGS. KY0006ZZ,KY0008AB,KY0013ZZ,KY0042ZZ,KY0043AB,KY0045ZZ,KY0058ZZ, KY0059ZZ,KY0086ZZ,KY0088ZZ,KY0089ZZ,KY3072ZZ Key points: 1. Contract provides comprehensive facilities support services across 13 federal buildings in Kentucky. 2. The contract was awarded using Full and Open Competition after Exclusion of Sources, indicating a competitive process. 3. The duration of the contract is 2007 days, spanning from October 2020 to March 2026. 4. The primary service category is Facilities Support Services, aligning with the General Services Administration's mission. 5. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 6. No small business set-aside was utilized for this contract. 7. The awardee, KING & GEORGE, LLC, will be responsible for maintaining operational readiness of federal facilities.
Value Assessment
Rating: fair
Benchmarking the value of this contract requires more granular data on the specific services provided and the square footage of the facilities managed. However, the total award amount of approximately $21.1 million over nearly five and a half years suggests a moderate annual spend per facility. Without comparable contracts for similar-sized federal buildings in the region or detailed service breakdowns, a precise value-for-money assessment is challenging. The firm fixed-price structure provides cost certainty but relies on the contractor's efficiency to ensure profitability and optimal service delivery.
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.' While this indicates a competitive process was intended, the 'exclusion of sources' clause suggests specific pre-qualification or limitations might have been applied, which warrants further investigation. The number of bidders is not provided, making it difficult to assess the intensity of the competition and its potential impact on price discovery. A truly open competition typically involves a broader range of potential offerors.
Taxpayer Impact: The competitive process, even with exclusions, aims to secure the best value for taxpayers by encouraging multiple bids. However, the specifics of the exclusion could limit the number of competitive offers, potentially impacting the final price achieved.
Public Impact
Federal employees and agency operations within 13 Kentucky federal buildings will benefit from maintained and supported facilities. Services include a range of facilities support functions essential for the day-to-day operations of government agencies. The geographic impact is concentrated within the state of Kentucky, supporting federal presence across various locations. The contract supports the operational workforce of federal agencies by ensuring their workspaces are functional and safe.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed service breakdown makes it difficult to assess the true scope and cost-effectiveness.
- The 'exclusion of sources' clause in the competition method needs further clarification to ensure maximum competition.
- No information on small business subcontracting plans is readily available, potentially limiting opportunities for smaller firms.
Positive Signals
- Firm Fixed Price contract shifts cost risk to the contractor, providing budget certainty.
- Awarded by the General Services Administration, an agency with extensive experience in facilities management.
- Long-term contract duration (2007 days) suggests a stable and ongoing need for these services.
Sector Analysis
Facilities Support Services represent a significant segment within the broader professional, scientific, and technical services sector. This contract falls under the North American Industry Classification System (NAICS) code 561210. The market for facilities management is competitive, with numerous providers ranging from large corporations to specialized local firms. Government contracts for facilities support are common, driven by the need to maintain a vast portfolio of federal buildings. Benchmarks for such services often depend heavily on the specific scope, location, and size of the facilities.
Small Business Impact
This contract does not appear to have a small business set-aside, as indicated by the 'ss' field being false. There is no explicit information provided regarding subcontracting goals or achievements for small businesses. This means that while the prime contractor, KING & GEORGE, LLC, is not mandated to subcontract to small businesses, they may choose to do so. The absence of a set-aside or specific subcontracting targets could limit the direct participation of small businesses in fulfilling this contract's requirements.
Oversight & Accountability
The General Services Administration (GSA) is responsible for overseeing this contract. As a major federal agency, GSA has established oversight mechanisms for its contracts, including performance monitoring and compliance checks. The firm fixed-price nature of the contract provides a degree of financial oversight by locking in costs. Transparency is generally facilitated through contract award databases, though detailed performance reports may not always be publicly accessible. The Inspector General of the GSA would have jurisdiction for audits and investigations if any issues arise.
Related Government Programs
- Federal Building Maintenance Contracts
- Facilities Operations and Maintenance Services
- GSA Public Buildings Service Contracts
- Government Property Management Services
Risk Flags
- Potential for reduced competition due to 'exclusion of sources' clause.
- Lack of detailed performance data for the awardee.
- Scope definition and potential for creep over the contract's long duration.
- No explicit small business subcontracting requirements noted.
Tags
facilities-support-services, general-services-administration, kentucky, firm-fixed-price, full-and-open-competition, federal-buildings, professional-scientific-and-technical-services, king-and-george-llc, delivery-order, public-buildings-service
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $21.1 million to KING & GEORGE, LLC. KENTUCKY STATEWIDE COMBINED SERVICES FOR 13 FEDERAL BUILDINGS. KY0006ZZ,KY0008AB,KY0013ZZ,KY0042ZZ,KY0043AB,KY0045ZZ,KY0058ZZ, KY0059ZZ,KY0086ZZ,KY0088ZZ,KY0089ZZ,KY3072ZZ
Who is the contractor on this award?
The obligated recipient is KING & GEORGE, LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $21.1 million.
What is the period of performance?
Start: 2020-10-01. End: 2026-03-31.
What specific facilities support services are included under this contract?
The provided data indicates the contract falls under NAICS code 561210, 'Facilities Support Services.' This broad category typically encompasses a range of services necessary for the operation and maintenance of buildings and grounds. Common services include janitorial and housekeeping, grounds maintenance (landscaping, snow removal), pest control, building systems maintenance (HVAC, electrical, plumbing), security services, waste management, and potentially minor repairs and renovations. A detailed breakdown of the specific services, service levels, and performance standards would be found in the contract's Statement of Work (SOW) or Performance Work Statement (PWS), which are not included in the provided data. The scope is crucial for understanding the full value and cost of the contract.
How does the $21.1 million award compare to similar federal facilities support contracts in Kentucky or the region?
Direct comparison of the $21.1 million award for KING & GEORGE, LLC's contract to similar federal facilities support contracts in Kentucky or the region is challenging without more specific data points. Key comparison factors include the number and size (square footage) of buildings covered, the specific services required (e.g., basic maintenance vs. comprehensive facility management including specialized systems), the contract duration, and the level of service required (e.g., 24/7 operations vs. standard business hours). The General Services Administration (GSA) manages a vast portfolio, and contract values can vary significantly. To provide a meaningful benchmark, one would need to identify contracts with comparable facility square footage, service scope, and geographic concentration within the GSA's portfolio or other federal agencies operating in the same region.
What is the track record of KING & GEORGE, LLC in performing federal facilities support contracts?
Information regarding the specific track record of KING & GEORGE, LLC in performing federal facilities support contracts is not detailed in the provided data. To assess their performance history, one would typically look at past federal contract awards to the company, their performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), any past performance issues or disputes, and their experience with contracts of similar size and scope. Federal procurement databases and CPARS reports are the primary sources for this information. Without access to these, it's difficult to definitively state their track record. However, being awarded a contract by the GSA suggests they met certain pre-qualification criteria.
What are the potential risks associated with this contract, given its duration and scope?
Potential risks associated with this contract include scope creep, where the requirements may expand beyond the original agreement without adequate price adjustments. Given the 2007-day duration (over 5 years), there's a risk of unforeseen changes in facility needs, building conditions, or federal mandates that could impact service delivery or costs. Contractor performance is always a risk; failure to meet service level agreements could disrupt federal operations. Economic risks, such as inflation impacting the cost of labor and materials for the contractor, could also be a concern, especially under a firm fixed-price contract if not adequately accounted for. Finally, the 'exclusion of sources' in the competition method, if not well-justified, could pose a risk of not achieving the most competitive pricing.
How does the 'Full and Open Competition after Exclusion of Sources' method impact taxpayer value compared to standard Full and Open Competition?
The 'Full and Open Competition after Exclusion of Sources' method introduces a layer of complexity compared to standard 'Full and Open Competition.' Standard full and open competition aims to solicit bids from all responsible sources. The 'exclusion of sources' clause implies that certain potential offerors were deliberately excluded from the bidding process, often due to specific requirements, pre-qualification criteria, or unique capabilities needed. While this can ensure that only highly qualified or specialized vendors participate, it inherently reduces the pool of potential bidders. If the exclusion is not well-justified or if it significantly limits the number of competitors, it could potentially lead to less aggressive pricing and therefore less value for taxpayers compared to a scenario where a broader range of vendors could compete. The justification for such exclusions is critical for ensuring fair competition and optimal value.
What is the significance of the 'Firm Fixed Price' contract type for this facilities support services agreement?
The 'Firm Fixed Price' (FFP) contract type is significant because it places the majority of the cost risk on the contractor, KING & GEORGE, LLC. Under an FFP contract, the price is set and not subject to adjustment based on the contractor's cost experience. This provides the government, specifically the General Services Administration (GSA), with a high degree of cost certainty and predictability for the $21.1 million award. It incentivizes the contractor to manage its costs efficiently and effectively to maintain profitability. For taxpayers, this means the total cost is known upfront, barring any contract modifications for changes in scope. However, it also means that if the contractor encounters unexpected cost increases (e.g., due to inflation or unforeseen site conditions), they bear that burden, which could potentially lead to less competitive bidding in the future if contractors perceive higher risk.
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 AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 47PE0120R0003
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 320 HEMPHILL ST, FORT WORTH, TX, 76104
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $28,395,299
Exercised Options: $21,120,650
Current Obligation: $21,120,650
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47PE0120D0013
IDV Type: IDC
Timeline
Start Date: 2020-10-01
Current End Date: 2026-03-31
Potential End Date: 2026-04-30 00:00:00
Last Modified: 2026-03-13
More Contracts from King & George, LLC
- Omee NEW Task Order for Operations and Maintenance Facility Support Services AT the Landstuhl Regional Medical Center (lrmc) Geographical Task Order (GTO) Which Includes Supreme Headquarters Allied Powers Europe (shape) and Vicenza, Italy — $12.7M (Department of Defense)
- Base Period- Recurring Custodial — $12.7M (Department of Defense)
- O&M Contract Funding / Contract Number: 6973GH-23-D-00014 / Task Order Number: TBD / POC: Travis Hildebrand or Kyle Daniel / CO: Cynthia Cooper / CS: Andre Casiano — $11.1M (Department of Transportation)
- 6973GH-24-F-00280 Mmac O&M Contract — $10.4M (Department of Transportation)
- THE Purpose of This BPA Call IS to Exercise Option Year 2 for Operations and Maintenance Service for 4 Buildings in Sacramento, CA — $8.8M (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)