Bricker Fire Alarm System Project Awarded to Madison Services Inc. for $2.66M
Contract Overview
Contract Amount: $2,988,540 ($3.0M)
Contractor: Madison Services Inc
Awarding Agency: General Services Administration
Start Date: 2022-09-14
End Date: 2025-12-09
Contract Duration: 1,182 days
Daily Burn Rate: $2.5K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: BRICKER REPLACE FIRE ALARM AND NOTIFICATION SYSTEM PROJECT AT THE BRICKER FB 200 NORTH HIGH STREET COLUMBUS, OHIO. THE FOLLOWING ITEMS ARE HEREBY INCORPORATED BY REFERENCE: MADISON SERVICES INC. REVISED PROPOSAL IN THE TOTAL AMOUNT OF 2,657,925.62.
Place of Performance
Location: COLUMBUS, FRANKLIN County, OHIO, 43215
State: Ohio Government Spending
Plain-Language Summary
General Services Administration obligated $3.0 million to MADISON SERVICES INC for work described as: BRICKER REPLACE FIRE ALARM AND NOTIFICATION SYSTEM PROJECT AT THE BRICKER FB 200 NORTH HIGH STREET COLUMBUS, OHIO. THE FOLLOWING ITEMS ARE HEREBY INCORPORATED BY REFERENCE: MADISON SERVICES INC. REVISED PROPOSAL IN THE TOTAL AMOUNT OF 2,657,925.62. Key points: 1. Project aims to replace fire alarm and notification systems at Bricker FB. 2. Madison Services Inc. secured the contract. 3. The contract is a firm-fixed-price definitive contract. 4. Project duration is 1182 days, ending in December 2025.
Value Assessment
Rating: fair
The awarded amount of $2,657,925.62 appears to be within a reasonable range for a large-scale building system replacement. However, without specific benchmarks for similar fire alarm system upgrades in institutional buildings of this size and complexity, a precise value assessment is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating that while competition was sought, certain sources were excluded. This method may limit price discovery and potentially lead to higher costs than a truly unrestricted full and open competition.
Taxpayer Impact: The use of a limited competition method could result in a higher cost to taxpayers compared to a scenario with broader participation from qualified vendors.
Public Impact
Ensures safety and compliance for federal building occupants. Modernizes critical life-safety infrastructure. Potential for disruption during installation. Supports local economy through construction services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may have inflated costs.
- Lack of detailed cost breakdown for transparency.
- Long project duration increases risk of delays and cost overruns.
Positive Signals
- Addresses critical safety infrastructure needs.
- Utilizes a firm-fixed-price contract to control costs.
- Project located in a specific federal facility.
Sector Analysis
This project falls under Commercial and Institutional Building Construction. Spending in this sector can vary widely based on project scope, location, and material costs. Benchmarks for fire alarm system replacements are highly project-specific.
Small Business Impact
The data indicates that small business participation was not a factor in this award (ss: false, sb: false). This suggests that the prime contractor, Madison Services Inc., is not a small business, and no small business subcontracting plan was noted.
Oversight & Accountability
The General Services Administration (GSA) is responsible for overseeing federal building projects. Oversight would typically involve monitoring project progress, adherence to contract terms, and quality of work to ensure taxpayer funds are used effectively and safely.
Related Government Programs
- Commercial and Institutional Building Construction
- General Services Administration Contracting
- Public Buildings Service Programs
Risk Flags
- Limited competition may have resulted in a higher price.
- Lack of transparency regarding excluded sources.
- Long project duration increases risk of delays and cost overruns.
- No indication of small business participation.
Tags
commercial-and-institutional-building-co, general-services-administration, oh, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $3.0 million to MADISON SERVICES INC. BRICKER REPLACE FIRE ALARM AND NOTIFICATION SYSTEM PROJECT AT THE BRICKER FB 200 NORTH HIGH STREET COLUMBUS, OHIO. THE FOLLOWING ITEMS ARE HEREBY INCORPORATED BY REFERENCE: MADISON SERVICES INC. REVISED PROPOSAL IN THE TOTAL AMOUNT OF 2,657,925.62.
Who is the contractor on this award?
The obligated recipient is MADISON SERVICES INC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $3.0 million.
What is the period of performance?
Start: 2022-09-14. End: 2025-12-09.
What specific criteria were used to exclude sources in the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' process, and how did this impact the final price?
The exclusion of sources typically occurs when specific technical capabilities, past performance, or security clearances are required that only a limited number of vendors possess. Understanding these criteria is crucial to assess if the exclusion was justified or if it unduly restricted competition, potentially leading to a higher price than if more vendors had been allowed to bid.
What is the benchmark cost for replacing fire alarm and notification systems in federal buildings of similar size and complexity to Bricker FB?
Establishing a precise benchmark requires detailed data on similar projects, including square footage, system complexity, specific equipment required, and labor costs in comparable geographic regions. Without this comparative data, it is challenging to definitively state whether the $2.66 million awarded to Madison Services Inc. represents excellent value or is potentially inflated due to limited competition or other factors.
What are the key performance indicators (KPIs) and oversight mechanisms in place to ensure the successful and timely completion of this project within budget?
Effective oversight would involve regular progress reports, site inspections, milestone tracking, and clear communication channels between the GSA, Madison Services Inc., and potentially a contracting officer's representative. KPIs should focus on adherence to schedule, quality of installation, system functionality testing, and budget management to mitigate risks associated with the project's long duration and potential for unforeseen issues.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Commercial and Institutional Building Construction
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR NONBUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 47PF0022R0063
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2833 LINCOLN ST STE 2, HIGHLAND, IN, 46322
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $2,988,540
Exercised Options: $2,988,540
Current Obligation: $2,988,540
Actual Outlays: $1,989,019
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2022-09-14
Current End Date: 2025-12-09
Potential End Date: 2026-01-09 00:00:00
Last Modified: 2026-01-07
More Contracts from Madison Services Inc
- Manufactured Housing Maintenance Hurricane Katrina Recovery — $16.9M (Department of Homeland Security)
- U.S. District Court Bathrooms and Breakroom Renovation, Everett Mckinley Dirksen U.S. Courthouse, 219 South Dearborn Street, Chicago, Illinois — $862.9K (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)