GSA awards $42,940 for HVAC VFD replacement at Claude Pepper Courthouse, Miami

Contract Overview

Contract Amount: $42,941 ($42.9K)

Contractor: Claxton/Lts JV, LLC

Awarding Agency: General Services Administration

Start Date: 2026-01-16

End Date: 2026-05-27

Contract Duration: 131 days

Daily Burn Rate: $328/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: TITLE: REPLACEMENT OF VFD FOR AHU #2. LOCATION: CLAUDE PEPPER FEDERAL COURTHOUSE 51 SW 1ST AVENUE MIAMI, FL 33130.

Place of Performance

Location: MIAMI, MIAMI-DADE County, FLORIDA, 33130

State: Florida Government Spending

Plain-Language Summary

General Services Administration obligated $42,940.55 to CLAXTON/LTS JV, LLC for work described as: TITLE: REPLACEMENT OF VFD FOR AHU #2. LOCATION: CLAUDE PEPPER FEDERAL COURTHOUSE 51 SW 1ST AVENUE MIAMI, FL 33130. Key points: 1. Contract value appears reasonable for specialized facility maintenance. 2. Competition was full and open, suggesting potential for competitive pricing. 3. Contract duration is relatively short, limiting long-term risk exposure. 4. Focus on critical infrastructure maintenance aligns with agency priorities. 5. Geographic concentration in Florida may indicate regional service needs. 6. Fixed-price contract shifts performance risk to the contractor.

Value Assessment

Rating: good

The contract value of $42,940 for replacing a Variable Frequency Drive (VFD) for an Air Handling Unit (AHU) seems appropriate for specialized facility maintenance. While direct comparisons are difficult without more specific project details, the cost is within a typical range for such equipment and labor in a federal courthouse setting. The fixed-price nature of the contract provides cost certainty for the government.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating that multiple bidders were likely considered after an initial exclusion phase. This competitive process is designed to ensure fair pricing and access to a broad range of qualified contractors. The specific details of the exclusion phase are not provided, but the overall approach suggests an effort to maximize competition.

Taxpayer Impact: A full and open competition generally benefits taxpayers by driving down prices through competitive bidding, ensuring the government receives the best value for its investment.

Public Impact

Benefits federal agency operations by ensuring critical HVAC systems remain functional. Services delivered include the replacement of essential building equipment. Geographic impact is localized to the Claude Pepper Federal Courthouse in Miami, Florida. Workforce implications involve skilled technicians for HVAC system repair and maintenance.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Facilities Support Services sector, specifically related to building maintenance and repair. The market for these services is substantial, encompassing a wide range of specialized trades. Federal agencies, particularly those managing public buildings like courthouses, frequently contract for such services to ensure operational continuity and safety. Benchmarks for similar VFD replacement projects can vary significantly based on equipment size, complexity, and location.

Small Business Impact

The contract data indicates that small business participation was not a specific set-aside (ss: false, sb: false). Therefore, the primary impact on small businesses would be through potential subcontracting opportunities if the prime contractor, CLAXTON/LTS JV, LLC, chooses to engage them. Without specific subcontracting plans detailed in the award, it's difficult to assess the direct impact on the small business ecosystem for this particular contract.

Oversight & Accountability

Oversight for this contract would typically be managed by the General Services Administration (GSA), specifically the Public Buildings Service. Accountability measures are inherent in the firm-fixed-price contract type, requiring the contractor to deliver the specified service within the agreed-upon cost. Transparency is facilitated by the public nature of federal contract awards, allowing for review of basic contract details.

Related Government Programs

Risk Flags

Tags

facilities-support-services, hvac, vfd-replacement, general-services-administration, gsa, claude-pepper-federal-courthouse, miami, florida, firm-fixed-price, delivery-order, full-and-open-competition, maintenance-and-repair

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $42,940.55 to CLAXTON/LTS JV, LLC. TITLE: REPLACEMENT OF VFD FOR AHU #2. LOCATION: CLAUDE PEPPER FEDERAL COURTHOUSE 51 SW 1ST AVENUE MIAMI, FL 33130.

Who is the contractor on this award?

The obligated recipient is CLAXTON/LTS JV, LLC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Public Buildings Service).

What is the total obligated amount?

The obligated amount is $42,940.55.

What is the period of performance?

Start: 2026-01-16. End: 2026-05-27.

What is the typical lifespan and failure rate of VFDs in federal courthouse HVAC systems?

The typical lifespan of a Variable Frequency Drive (VFD) in an HVAC system can range from 10 to 20 years, depending heavily on the quality of the unit, the operating environment, and the maintenance it receives. Factors like power quality, ambient temperature, and dust accumulation can significantly shorten this lifespan. Failure rates are not typically published as a universal statistic for federal courthouses, as they vary by manufacturer, model, and specific application. However, VFDs are critical components, and their failure can lead to significant disruptions in HVAC functionality, as evidenced by the need for this replacement. Regular preventative maintenance, including cleaning, checking connections, and monitoring performance parameters, is crucial to extending VFD life and reducing premature failures. The need for replacement at the Claude Pepper Courthouse suggests this unit may have reached or exceeded its expected service life or experienced an unexpected failure.

How does the cost of this VFD replacement compare to similar projects in other federal courthouses?

Direct cost comparisons for VFD replacements are challenging without detailed specifications of the VFD model, the size of the AHU it controls, and the specific labor rates in the geographic area. However, a $42,940 contract for a single VFD replacement, including installation and associated labor, appears to be within a reasonable range for federal facilities, particularly in a major metropolitan area like Miami. Larger or more complex VFDs, or those requiring extensive system integration or specialized access, could cost significantly more. Conversely, simpler replacements in less expensive labor markets might be lower. The General Services Administration (GSA) manages a vast portfolio of buildings, and while specific benchmarks are not publicly itemized for every component, this award suggests a standard procurement process for essential building systems maintenance.

What are the potential risks associated with replacing a VFD in a critical facility like a courthouse?

Replacing a VFD in a critical facility like a courthouse presents several potential risks. Firstly, there's the risk of disrupting essential building services, such as heating, ventilation, and air conditioning (HVAC), which are crucial for occupant comfort, air quality, and the preservation of sensitive equipment or documents. Unexpected downtime during the replacement process could impact court operations or security. Secondly, unforeseen technical challenges can arise during the removal of the old unit and installation of the new one, potentially leading to cost overruns or extended timelines, although the fixed-price contract aims to mitigate cost risks for the government. Thirdly, ensuring compatibility with existing Building Automation Systems (BAS) or control systems is vital; improper integration could lead to system malfunctions. Finally, the physical installation itself carries risks related to electrical safety and proper mechanical fitting, requiring skilled technicians.

What is the track record of CLAXTON/LTS JV, LLC in performing similar facility maintenance contracts for the GSA?

Assessing the specific track record of CLAXTON/LTS JV, LLC requires access to detailed contract performance databases, which are not fully public. However, as a joint venture, they likely bring together expertise from their constituent companies. Federal procurement data indicates that companies perform a wide range of facility support services. To evaluate their performance on this specific contract, one would look for past performance reviews, any history of contract disputes, timely completion rates, and adherence to quality standards on previous GSA or other federal contracts. Without this granular data, it's presumed that the GSA's selection process, including past performance evaluations, led to their award for this critical maintenance task.

How has federal spending on facilities support services, like HVAC maintenance, trended over the past five years?

Federal spending on facilities support services, including HVAC maintenance, has generally remained robust and has seen a gradual increase over the past five years. Agencies like the General Services Administration (GSA) are responsible for maintaining a vast inventory of federal buildings, necessitating consistent investment in upkeep, repairs, and upgrades. Factors contributing to this trend include aging infrastructure requiring more maintenance, increased focus on energy efficiency and sustainability (often involving HVAC upgrades), and the ongoing need to ensure safe and functional working environments. While specific figures fluctuate annually based on budget appropriations and agency priorities, the overall demand for these services remains high, reflecting the government's commitment to preserving its real property assets.

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 AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: EQPMAE-26-0015

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 400 CORPORATE DR STE 201, STAFFORD, VA, 22554

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, SBA Certified 8 a Joint Venture, 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: $42,941

Exercised Options: $42,941

Current Obligation: $42,941

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47PE0721D0006

IDV Type: IDC

Timeline

Start Date: 2026-01-16

Current End Date: 2026-05-27

Potential End Date: 2026-05-27 00:00:00

Last Modified: 2026-04-07

More Contracts from Claxton/Lts JV, LLC

View all Claxton/Lts JV, LLC federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending