JLL awarded $7.1M facilities support BPA call for VFD replacement in Chicago

Contract Overview

Contract Amount: $7,076 ($7.1K)

Contractor: Jones Lang Lasalle Americas, Inc.

Awarding Agency: General Services Administration

Start Date: 2026-04-01

End Date: 2026-06-30

Contract Duration: 90 days

Daily Burn Rate: $79/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: JONES LANG LASALLE AMERICAS, INC. (O&M) EMD S38 VFD REPLACEMENT, CHICAGO, IL IL0205ZZ. BASE BPA 47PF0022A0012

Place of Performance

Location: CHICAGO, COOK County, ILLINOIS, 60604

State: Illinois Government Spending

Plain-Language Summary

General Services Administration obligated $7,075.88 to JONES LANG LASALLE AMERICAS, INC. for work described as: JONES LANG LASALLE AMERICAS, INC. (O&M) EMD S38 VFD REPLACEMENT, CHICAGO, IL IL0205ZZ. BASE BPA 47PF0022A0012 Key points: 1. Contract awarded via a BPA call, indicating a pre-competed framework. 2. The contract is firm-fixed-price, shifting cost risk to the contractor. 3. Facilities support services are essential for maintaining government infrastructure. 4. The contract duration is relatively short at 90 days. 5. The awardee has a significant presence in facilities management. 6. No small business set-aside was utilized for this specific call.

Value Assessment

Rating: good

The contract value of $7.1 million for a 90-day period for VFD replacement and associated facilities support appears reasonable given the scope. Benchmarking against similar large-scale facilities maintenance contracts suggests that pricing for specialized equipment replacement and ongoing support can vary significantly. However, the firm-fixed-price nature of this award provides cost certainty. Further analysis would require detailed breakdowns of labor, materials, and overhead specific to the VFD replacement and the broader facilities support.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under a Blanket Purchase Agreement (BPA) that was competed full and open. The specific call order likely leveraged the existing competition of the BPA, which is designed to streamline procurement for recurring needs. The number of bidders on the original BPA competition is not specified here, but a full and open competition generally implies a robust bidding process, which should lead to competitive pricing.

Taxpayer Impact: A full and open competition for the underlying BPA helps ensure that taxpayer dollars are used efficiently by fostering a competitive environment that drives down costs.

Public Impact

Federal employees and visitors benefit from a well-maintained and functional building. Ensures the operational continuity of critical building systems, specifically HVAC. The services are geographically focused on Chicago, Illinois. Supports the workforce of JONES LANG LASALLE AMERICAS, INC. and potentially its subcontractors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Facilities Support Services sector, a broad category encompassing a range of services necessary for the operation and maintenance of buildings and infrastructure. The market for these services is substantial, driven by government agencies and private sector entities requiring specialized expertise in areas like HVAC, electrical, and plumbing systems. The VFD replacement is a specific, critical component within this sector, directly impacting energy efficiency and operational reliability of building systems. Comparable spending benchmarks would typically be found within GSA's broader facilities maintenance and repair contracts.

Small Business Impact

This specific BPA call was not set aside for small businesses, nor does it indicate any subcontracting requirements for small businesses. The awardee, JONES LANG LASALLE AMERICAS, INC., is a large corporation. This means that opportunities for small businesses to participate in this particular contract are limited unless they are direct suppliers or partners to the prime contractor.

Oversight & Accountability

Oversight for this contract would primarily 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 firm-fixed-price nature of the award shifts some performance risk to the contractor, but the government will still monitor performance against the scope of work and delivery timelines. Transparency is generally maintained through contract databases and reporting requirements.

Related Government Programs

Risk Flags

Tags

facilities-support-services, general-services-administration, public-buildings-service, chicago, illinois, firm-fixed-price, full-and-open-competition, bpa-call, hvac, variable-frequency-drive, infrastructure-maintenance, large-business

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $7,075.88 to JONES LANG LASALLE AMERICAS, INC.. JONES LANG LASALLE AMERICAS, INC. (O&M) EMD S38 VFD REPLACEMENT, CHICAGO, IL IL0205ZZ. BASE BPA 47PF0022A0012

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 $7,075.88.

What is the period of performance?

Start: 2026-04-01. End: 2026-06-30.

What is the historical spending pattern for Facilities Support Services by the General Services Administration in Illinois?

The General Services Administration (GSA) consistently allocates significant funding towards Facilities Support Services across the nation, with a substantial portion directed to major metropolitan areas like Chicago. Historical data indicates a steady demand for these services, driven by the need to maintain federal buildings' operational integrity, energy efficiency, and safety. Spending patterns are influenced by factors such as the age of federal facilities, infrastructure modernization initiatives, and energy conservation mandates. For Illinois, specifically, GSA's spending in this category reflects the presence of numerous federal buildings and the ongoing need for maintenance, repair, and upgrades, including specialized services like VFD replacement. Analyzing past GSA contracts for similar services in the region would provide a benchmark for cost and scope.

How does the $7.1 million value compare to similar VFD replacement projects in federal facilities?

The $7.1 million value for a 90-day BPA call focused on VFD replacement and associated facilities support is substantial. To benchmark effectively, one would need to compare it against contracts for similar scope and scale, considering factors like the size and complexity of the facility, the number and type of VFDs being replaced, and the inclusion of broader facilities support services. Larger federal buildings with extensive HVAC systems requiring multiple VFD replacements could easily reach multi-million dollar figures. Without specific details on the number of VFDs and the exact scope of 'facilities support,' a precise comparison is difficult. However, given the specialized nature of VFD technology and the potential for significant energy savings and operational improvements, such an investment is plausible for critical infrastructure.

What are the key performance indicators (KPIs) for this contract, and how will performance be measured?

Key performance indicators (KPIs) for this contract would likely revolve around the successful and timely replacement of the Variable Frequency Drives (VFDs) and the effective provision of associated facilities support services. Specific KPIs could include: 1. **Completion Time:** Adherence to the 90-day contract duration. 2. **Quality of Installation:** Ensuring VFDs are installed correctly, meeting all technical specifications and manufacturer guidelines. 3. **System Performance:** Post-installation testing to confirm VFDs are operating efficiently and contributing to energy savings as expected. 4. **Minimizing Downtime:** Ensuring any disruption to building operations during the replacement process is kept to an absolute minimum. 5. **Service Response Time:** For any included facilities support services, adherence to agreed-upon response times for issues. Performance measurement would typically involve regular progress reports from the contractor, site inspections by GSA personnel, and post-installation performance testing and validation.

What is the track record of JONES LANG LASALLE AMERICAS, INC. with the General Services Administration?

JONES LANG LASALLE AMERICAS, INC. (JLL) has a significant track record of performing contracts with the General Services Administration (GSA) and other federal agencies. Their portfolio often includes large-scale facilities management, real estate services, and building operations. GSA contracts awarded to JLL typically span various services, from routine maintenance and repairs to more specialized projects like energy efficiency upgrades and infrastructure modernization. Their past performance with GSA would be a key factor in the decision-making process for awarding this BPA call, suggesting a level of trust and demonstrated capability. A review of their contract history with GSA would reveal the types of services provided, contract values, and performance ratings, if publicly available.

What are the potential risks associated with relying on a single contractor for critical facilities support in a federal building?

Relying on a single contractor, even one with a strong track record like JLL, for critical facilities support presents several potential risks. Firstly, there's a risk of **vendor lock-in**, where the government becomes highly dependent on the contractor's expertise and pricing, making it difficult to switch providers. Secondly, **service degradation** could occur if the contractor faces internal challenges such as staffing shortages, financial difficulties, or a decline in motivation due to perceived lack of competition. Thirdly, **price increases** upon contract renewal or modification could be substantial, as the contractor may leverage their established position. Finally, **lack of innovation** might arise if the contractor becomes complacent and does not proactively suggest improvements or adopt new technologies. Robust contract management, clear performance expectations, and contingency planning are crucial to mitigate these risks.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities Support Services

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: EQPMAF-26-0183

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: $7,076

Exercised Options: $7,076

Current Obligation: $7,076

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47PF0022A0012

IDV Type: BPA

Timeline

Start Date: 2026-04-01

Current End Date: 2026-06-30

Potential End Date: 2026-06-30 00:00:00

Last Modified: 2026-04-01

More Contracts from Jones Lang Lasalle Americas, Inc.

View all Jones Lang Lasalle Americas, Inc. federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending