GSA awards $3.3M facilities management contract to LogZone Inc. for Indiana federal buildings

Contract Overview

Contract Amount: $3,316,419 ($3.3M)

Contractor: Logzone Inc

Awarding Agency: General Services Administration

Start Date: 2023-07-01

End Date: 2027-02-28

Contract Duration: 1,338 days

Daily Burn Rate: $2.5K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: AWARD OF IN CONSOLIDATED FACILITIES MANAGEMENT BASE YEAR STANDARD SERVICES AT BIRCH BAYH FB & U.S. COURTHOUSE IN INDIANAPOLIS LEE HAMILTON FB & U.S. COURTHOUSE IN NEW ALBANY AND THE JEFFERSONVILLE FEDERAL CENTER IN JEFFERSONVILLE.

Place of Performance

Location: INDIANAPOLIS, MARION County, INDIANA, 46204

State: Indiana Government Spending

Plain-Language Summary

General Services Administration obligated $3.3 million to LOGZONE INC for work described as: AWARD OF IN CONSOLIDATED FACILITIES MANAGEMENT BASE YEAR STANDARD SERVICES AT BIRCH BAYH FB & U.S. COURTHOUSE IN INDIANAPOLIS LEE HAMILTON FB & U.S. COURTHOUSE IN NEW ALBANY AND THE JEFFERSONVILLE FEDERAL CENTER IN JEFFERSONVILLE. Key points: 1. Contract focuses on consolidated facilities management for multiple federal sites in Indiana. 2. Full and open competition was utilized, suggesting a potentially competitive bidding process. 3. The contract is firm-fixed-price, providing cost certainty for the government. 4. Performance period spans over three years, indicating a long-term service need. 5. The award falls under facilities support services, a critical operational category for federal agencies.

Value Assessment

Rating: fair

The award amount of $3.3 million for a 1338-day contract period appears reasonable for consolidated facilities management services across multiple federal buildings. Benchmarking against similar consolidated facilities management contracts awarded by GSA or other agencies would provide a clearer picture of value for money. Without specific details on the scope of services and the number of facilities covered, a precise comparison is difficult. However, the firm-fixed-price structure helps mitigate cost overruns.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. This approach generally fosters a competitive environment, which can lead to better pricing and service quality. The specific number of bidders was not provided, but the method suggests a deliberate effort to maximize competition.

Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it increases the likelihood of obtaining competitive pricing and encourages a wider range of service providers to participate, potentially leading to innovation and cost savings.

Public Impact

Federal employees and visitors to the Birch Bayh Federal Building, Lee Hamilton U.S. Courthouse, and Jeffersonville Federal Center will benefit from maintained facilities. Essential services such as maintenance, repair, and operational support for these federal properties will be delivered. The geographic impact is concentrated within Indiana, specifically in Indianapolis and New Albany. The contract supports the operational readiness of federal agencies housed within these buildings.

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 wide range of services necessary for the operation and maintenance of buildings and infrastructure. The North American Industry Classification System (NAICS) code 561210, Facilities Support Services, represents a significant market within the federal government's procurement landscape. Federal agencies consistently spend billions annually on these types of services to ensure the functionality and safety of their real estate holdings.

Small Business Impact

The contract was not set aside for small businesses, and the data indicates no explicit subcontracting requirements for small businesses were mandated. This suggests that the primary award went to a larger entity, and the direct impact on the small business ecosystem may be limited unless LogZone Inc. voluntarily engages small businesses for subcontracting opportunities.

Oversight & Accountability

Oversight for this contract will likely be managed by the General Services Administration (GSA), specifically the Public Buildings Service. GSA has established procedures for contract monitoring, performance evaluations, and dispute resolution. Transparency is generally maintained through federal procurement databases, and the Inspector General's office can investigate any allegations of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

facilities-management, gsa, general-services-administration, indiana, indianapolis, new-albany, firm-fixed-price, full-and-open-competition, facilities-support-services, federal-buildings, courthouse, consolidation

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $3.3 million to LOGZONE INC. AWARD OF IN CONSOLIDATED FACILITIES MANAGEMENT BASE YEAR STANDARD SERVICES AT BIRCH BAYH FB & U.S. COURTHOUSE IN INDIANAPOLIS LEE HAMILTON FB & U.S. COURTHOUSE IN NEW ALBANY AND THE JEFFERSONVILLE FEDERAL CENTER IN JEFFERSONVILLE.

Who is the contractor on this award?

The obligated recipient is LOGZONE INC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $3.3 million.

What is the period of performance?

Start: 2023-07-01. End: 2027-02-28.

What is the track record of LogZone Inc. in performing similar federal facilities management contracts?

Information regarding LogZone Inc.'s specific track record with federal facilities management contracts is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or commendations from previous government engagements. Understanding their experience with similar scope, scale, and complexity of services, particularly for consolidated sites, is crucial for evaluating their capability to meet the requirements of this award. Further research into their contract performance history with the GSA or other federal agencies would be necessary to ascertain their reliability and expertise in this domain.

How does the awarded price compare to market rates for similar facilities management services in Indiana?

The provided data does not include specific market rate benchmarks for facilities management services in Indiana. To assess the value for money, this contract's price would need to be compared against industry cost data for comparable services in the same geographic region. Factors such as the square footage of the facilities, the specific services included (e.g., HVAC, janitorial, security, landscaping), and the level of service required would influence the market rate. Without this comparative data, it is difficult to definitively state whether the $3.3 million award represents a competitive price or if there is potential for cost savings.

What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this contract?

The provided data does not specify the key performance indicators (KPIs) or service level agreements (SLAs) for this facilities management contract. These are critical components that define the expected quality and timeliness of the services to be delivered by LogZone Inc. Typically, such contracts would include metrics related to response times for maintenance requests, preventative maintenance schedules, building system uptime, cleanliness standards, and energy efficiency targets. The effectiveness of the contract and the contractor's performance are measured against these agreed-upon standards, and failure to meet them can result in penalties or corrective actions.

What is the historical spending pattern for facilities management services at these specific federal locations?

The provided data does not contain historical spending information for facilities management services at the Birch Bayh Federal Building, Lee Hamilton U.S. Courthouse, or the Jeffersonville Federal Center. To understand historical spending patterns, one would need to access procurement records detailing previous contracts for these sites, including their award amounts, durations, and the services provided. Analyzing this historical data would help determine if the current $3.3 million award represents an increase, decrease, or stable level of spending for these facilities, and whether the consolidation strategy has led to cost efficiencies compared to previous separate contracts.

What is the potential risk associated with consolidating facilities management across multiple federal sites under one contract?

Consolidating facilities management across multiple federal sites under a single contract, while potentially offering efficiencies, carries inherent risks. A primary risk is the impact of a single point of failure; if the contractor underperforms or faces operational issues, it could affect all the managed facilities simultaneously. This could lead to widespread service disruptions, impacting the operations of multiple government agencies. Additionally, managing diverse needs across different building types and locations under one contract requires robust oversight to ensure all specific requirements are met adequately. The complexity of managing such a consolidated contract also increases the potential for scope creep and disputes if not clearly defined and monitored.

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: 47PF0022Q0215

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 4845 UNIVERSITY SQUARE, SUITE 5, HUNTSVILLE, AL, 35816

Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $9,672,355

Exercised Options: $3,316,419

Current Obligation: $3,316,419

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47PF0023A0005

IDV Type: BPA

Timeline

Start Date: 2023-07-01

Current End Date: 2027-02-28

Potential End Date: 2033-02-28 00:00:00

Last Modified: 2026-02-25

More Contracts from Logzone Inc

View all Logzone Inc federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending