GSA awards $4.3M for chiller repairs at Miami federal building, highlighting facilities maintenance needs

Contract Overview

Contract Amount: $4,301 ($4.3K)

Contractor: Claxton/Lts JV, LLC

Awarding Agency: General Services Administration

Start Date: 2026-04-13

End Date: 2026-06-12

Contract Duration: 60 days

Daily Burn Rate: $72/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: PROJECT: CHILLER REPAIRS LOCATION: JAMES L. KING FEDERAL JUSTICE BUILDING, 99 NE 4TH ST, MIAMI, FL 33132

Place of Performance

Location: MIAMI, MIAMI-DADE County, FLORIDA, 33132

State: Florida Government Spending

Plain-Language Summary

General Services Administration obligated $4,301.31 to CLAXTON/LTS JV, LLC for work described as: PROJECT: CHILLER REPAIRS LOCATION: JAMES L. KING FEDERAL JUSTICE BUILDING, 99 NE 4TH ST, MIAMI, FL 33132 Key points: 1. The contract addresses essential infrastructure maintenance for a key federal facility. 2. Competition was conducted after exclusion of sources, suggesting specific technical requirements. 3. The firm-fixed-price structure aims to control costs for the government. 4. The short duration indicates a focused scope of work for the repairs. 5. This award falls under facilities support services, a critical component of building operations. 6. The awardee, Claxton/LTS JV, LLC, will be responsible for the timely completion of repairs.

Value Assessment

Rating: good

The contract value of $4.3 million for chiller repairs appears reasonable given the scope of maintaining critical building systems in a federal justice building. Without specific details on the extent of the repairs or the age and condition of the chillers, a direct comparison to similar contracts is challenging. However, the firm-fixed-price nature of the award suggests that the government has established a clear budget for this work, aiming for cost predictability. The General Services Administration (GSA) typically manages a large portfolio of facilities, and their procurement processes are generally designed to achieve value for money.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates that while the competition was intended to be open, certain sources were excluded, likely due to specific qualifications, past performance, or technical requirements related to chiller systems. The exact number of bidders is not provided, but this method suggests a more targeted approach than a completely open solicitation, potentially leading to fewer bids but ensuring specialized expertise. The exclusion of sources might limit price discovery compared to a truly open competition.

Taxpayer Impact: Taxpayers benefit from specialized expertise being sought, ensuring the repairs are done correctly the first time. However, the exclusion of sources could potentially limit the number of competitive bids, which might affect the final price achieved.

Public Impact

The primary beneficiaries are the occupants and users of the James L. King Federal Justice Building, ensuring a comfortable and functional environment. The services delivered include essential repairs to the building's chiller system, crucial for climate control. The geographic impact is localized to Miami, Florida, specifically the federal justice building. Workforce implications include employment for skilled technicians and support staff involved in the repair process.

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 maintenance, repair, and operational services for buildings and infrastructure. The market for these services is substantial, driven by the continuous need to maintain government and commercial properties. The GSA, as a major federal property manager, frequently awards contracts in this space. Benchmarks for similar chiller repair contracts would typically consider factors like building size, system complexity, and the urgency of the repairs.

Small Business Impact

The contract was not set aside for small businesses, and the data indicates 'sb' is false. There is no explicit information regarding subcontracting plans for small businesses. This suggests that the primary awardee, Claxton/LTS JV, LLC, is expected to perform the majority of the work, or that subcontracting opportunities for small businesses were not a specific requirement or focus of this particular procurement.

Oversight & Accountability

The General Services Administration (GSA) typically has robust oversight mechanisms for its contracts, including performance monitoring and quality assurance. As this is a delivery order under a larger contract vehicle, oversight may be managed by the contracting officer's representative (COR) assigned to the project. Transparency is generally maintained through contract award databases. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

facilities-support-services, general-services-administration, miami-florida, chiller-repair, hvac, federal-building, firm-fixed-price, limited-competition, infrastructure-maintenance, delivery-order

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $4,301.31 to CLAXTON/LTS JV, LLC. PROJECT: CHILLER REPAIRS LOCATION: JAMES L. KING FEDERAL JUSTICE BUILDING, 99 NE 4TH ST, MIAMI, FL 33132

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 $4,301.31.

What is the period of performance?

Start: 2026-04-13. End: 2026-06-12.

What is the track record of Claxton/LTS JV, LLC with the GSA for similar facilities maintenance services?

Information regarding the specific track record of Claxton/LTS JV, LLC with the GSA for similar facilities maintenance services is not detailed in the provided data. To assess their track record, one would typically review past performance evaluations, previous contract awards, and any reported issues or successes on similar projects managed by the GSA or other federal agencies. A thorough review would involve examining their history of on-time delivery, quality of work, and adherence to contract terms. Without access to GSA's internal performance databases or public contract award histories beyond this single data point, a definitive assessment of their track record is not possible.

How does the $4.3 million cost compare to similar chiller repair projects in federal buildings of comparable size and complexity?

A precise comparison of the $4.3 million cost for chiller repairs to similar federal projects is difficult without more specific data on the scope of work, the condition of the chillers, and the size and complexity of the James L. King Federal Justice Building's HVAC system. Federal buildings vary significantly in their infrastructure needs. However, $4.3 million for major chiller repairs, especially in a large federal facility, can be considered a significant investment. Benchmarking would ideally involve analyzing data from the GSA's own portfolio or similar agencies (like the Department of Defense or other civilian agencies managing large buildings) for projects involving comprehensive chiller overhauls or replacements. The firm-fixed-price nature suggests an attempt to cap costs, but the underlying value depends heavily on the specific technical requirements and market rates for specialized HVAC services in Miami.

What are the primary risks associated with this contract, and how are they being mitigated?

Primary risks associated with this contract include potential delays in repair completion, unforeseen technical issues arising during the repair process, and the possibility of cost overruns if the fixed price does not adequately cover all eventualities, despite the firm-fixed-price structure. Another risk is the availability of specialized parts or skilled labor. Mitigation strategies typically involve robust contract oversight by the GSA, clear performance standards, defined milestones, and penalties for non-performance. The 'exclusion of sources' competition method might also mitigate risks by ensuring the awardee possesses specific, proven capabilities for this type of work. The short duration (60 days) also helps to limit the window for potential disruptions.

What is the expected impact of these chiller repairs on the operational effectiveness of the James L. King Federal Justice Building?

These chiller repairs are expected to have a significant positive impact on the operational effectiveness of the James L. King Federal Justice Building. Chillers are critical components of the building's HVAC system, responsible for cooling. Malfunctioning chillers can lead to uncomfortable or unsafe working conditions, disrupt court proceedings, compromise sensitive equipment, and potentially lead to building closures. By ensuring the chillers are functioning correctly, the repairs will maintain a stable internal climate, support the productivity of building occupants (including federal employees and judicial staff), ensure the security of sensitive areas requiring specific temperature controls, and prevent costly emergency repairs or system failures. This directly supports the mission-critical functions housed within the federal justice building.

How does this $4.3 million award fit into the GSA's overall spending patterns for facilities maintenance and repair?

This $4.3 million award for chiller repairs represents a specific, targeted investment within the GSA's broader facilities maintenance and repair budget. The GSA manages a vast portfolio of federal buildings, and spending on HVAC systems, including chillers, is a recurring and significant expense. Awards of this magnitude are common for major system overhauls or replacements in large federal structures. To understand its place in overall patterns, one would need to analyze historical GSA spending data for facilities support services, specifically looking at the frequency and average cost of chiller-related contracts across different regions and building types. This single award, while substantial, is likely one of many necessary expenditures to maintain the federal real estate portfolio.

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-26-0168

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: $4,301

Exercised Options: $4,301

Current Obligation: $4,301

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47PE0721D0006

IDV Type: IDC

Timeline

Start Date: 2026-04-13

Current End Date: 2026-06-12

Potential End Date: 2026-06-12 00:00:00

Last Modified: 2026-04-06

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