GSA awards $4.9M facilities management BPA call to Logzone Inc. for Indianapolis federal center

Contract Overview

Contract Amount: $4,932,877 ($4.9M)

Contractor: Logzone Inc

Awarding Agency: General Services Administration

Start Date: 2023-08-01

End Date: 2027-03-31

Contract Duration: 1,338 days

Daily Burn Rate: $3.7K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: BPA CALL FOR CONSOLIDATED FACILITIES MANAGEMENT AT MAJOR GENERAL EMMETT J. BEAN FEDERAL CENTER, INDIANAPOLIS, IN

Place of Performance

Location: INDIANAPOLIS, MARION County, INDIANA, 46249

State: Indiana Government Spending

Plain-Language Summary

General Services Administration obligated $4.9 million to LOGZONE INC for work described as: BPA CALL FOR CONSOLIDATED FACILITIES MANAGEMENT AT MAJOR GENERAL EMMETT J. BEAN FEDERAL CENTER, INDIANAPOLIS, IN Key points: 1. Contract provides essential facilities support services, ensuring operational continuity for a key federal site. 2. The award was made under full and open competition, suggesting a competitive bidding process. 3. Fixed-price contract type helps mitigate cost overrun risks for the government. 4. The duration of the contract extends over three years, indicating a need for sustained services. 5. The specific services covered are critical for maintaining the safety and functionality of the federal center. 6. The contract value is modest, suggesting it may be a component of a larger facilities management strategy.

Value Assessment

Rating: good

The contract value of approximately $4.9 million over roughly 3.5 years appears reasonable for consolidated facilities management at a major federal center. Benchmarking against similar large-scale facilities support contracts would provide a more precise value-for-money assessment. The firm-fixed-price structure is a positive indicator for cost control. Without detailed service breakdowns and performance metrics, a definitive value assessment is challenging, but the scope suggests a standard service offering for its type.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The specific number of bidders is not provided, but this procurement method generally fosters a competitive environment, which can lead to better pricing and service offerings for the government. The agency likely sought proposals that best met the technical and cost requirements for facilities management.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it maximizes the potential for cost savings through a robust bidding process and encourages contractors to offer competitive pricing.

Public Impact

The primary beneficiaries are federal agencies operating within the Emmett J. Bean Federal Center, ensuring a well-maintained and functional workspace. Services delivered include comprehensive facilities management, likely encompassing maintenance, repairs, custodial services, and potentially security support. The geographic impact is localized to Indianapolis, Indiana, supporting the operations of a significant federal facility in the region. Workforce implications may include the creation or sustainment of jobs in the facilities management sector, both directly by the contractor and indirectly through 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 wide range of services necessary for the operation and maintenance of buildings and infrastructure. The market for facilities management is substantial, with significant government spending allocated annually to ensure the upkeep of federal properties. This BPA call likely represents a portion of the General Services Administration's (GSA) overall strategy for managing its vast real estate portfolio efficiently. Comparable spending benchmarks would typically be found within GSA's historical data for similar federal centers or large-scale facility operations.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific benefits for the small business ecosystem stemming from a set-aside. The prime contractor, Logzone Inc., will be responsible for fulfilling the contract requirements, and any subcontracting decisions would be at their discretion, not mandated by a small business set-aside provision.

Oversight & Accountability

Oversight for this contract would primarily fall under the purview of the General Services Administration (GSA), specifically the Public Buildings Service. Mechanisms for oversight likely include regular performance reviews, site inspections, and adherence to the terms and conditions of the Base Period Agreement (BPA) call. Accountability is ensured through the firm-fixed-price structure and the potential for contract modifications or termination for non-performance. Transparency is generally maintained through contract award databases and reporting requirements, though specific internal oversight processes are not detailed here.

Related Government Programs

Risk Flags

Tags

facilities-management, gsa, indianapolis, indiana, bpa-call, full-and-open-competition, firm-fixed-price, federal-center, logzone-inc, facilities-support-services, public-buildings-service, medium-value-contract

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $4.9 million to LOGZONE INC. BPA CALL FOR CONSOLIDATED FACILITIES MANAGEMENT AT MAJOR GENERAL EMMETT J. BEAN FEDERAL CENTER, INDIANAPOLIS, IN

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 $4.9 million.

What is the period of performance?

Start: 2023-08-01. End: 2027-03-31.

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 successes on similar government awards. Agencies typically use past performance as a key factor in source selection. Without this data, it's difficult to definitively gauge their experience and reliability for this specific BPA call, though their selection implies they met the agency's initial criteria. Further investigation into federal procurement databases like SAM.gov or FPDS could yield more insights into their performance history.

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

The provided data does not include a detailed breakdown of the services covered by the $4.9 million BPA call, making a direct comparison to market rates challenging. Facilities management encompasses a wide array of services (e.g., HVAC, janitorial, security, landscaping), each with its own market pricing. To assess value, one would need to benchmark the specific service mix and estimated labor hours against industry standards and prevailing wages in the Indianapolis area. The firm-fixed-price nature suggests the contractor has factored in market conditions and their own cost structure. A comparison would ideally involve analyzing GSA's internal cost estimates or data from similar contracts awarded in the region.

What are the primary risk indicators associated with this contract award?

Key risk indicators for this contract include the potential for undefined scope creep if the Statement of Work (SOW) is not meticulously managed, leading to cost overruns despite the fixed-price structure. Another risk is the reliance on a single contractor for critical facilities management functions; any performance issues could significantly disrupt operations at the federal center. Furthermore, without detailed performance metrics provided, assessing the contractor's ongoing adherence to quality standards presents a challenge. The duration of the contract (over three years) also means that market conditions or technological advancements could outpace the contracted services, potentially leading to suboptimal value over time if not managed proactively.

How effective is the consolidated facilities management approach for this federal center?

The effectiveness of a consolidated facilities management approach, as indicated by this BPA call, typically hinges on the clarity of the consolidated scope of work and the contractor's ability to integrate various services efficiently. Consolidation aims to reduce administrative overhead, improve coordination between service providers, and potentially achieve economies of scale. For the Emmett J. Bean Federal Center, the effectiveness will be measured by the reliability of services, the responsiveness to maintenance needs, and the overall cost-efficiency compared to managing separate contracts for different facility functions. The GSA's choice to pursue this consolidated approach suggests an expectation of improved operational performance and potential cost savings.

What are the historical spending patterns for facilities management at the Emmett J. Bean Federal Center?

The provided data does not include historical spending patterns for facilities management at the Emmett J. Bean Federal Center. To analyze this, one would need to examine previous contracts awarded for similar services at this specific location. Understanding historical spending would reveal trends in contract values, service providers, and the evolution of requirements over time. This context is crucial for assessing whether the current $4.9 million BPA call represents an increase, decrease, or stable level of investment in facilities management for the center, and whether the current approach aligns with past strategies or represents a shift.

What is the potential impact of the firm-fixed-price contract type on service quality?

A firm-fixed-price (FFP) contract type generally incentivizes the contractor to control costs and perform efficiently to maximize profit. For facilities management, this can lead to consistent service delivery as the contractor is motivated to meet the defined scope within the agreed budget. However, an overemphasis on cost containment under an FFP structure could potentially lead to a reduction in service quality if the contractor seeks to cut corners. Robust performance monitoring and clear quality standards within the contract are essential to mitigate this risk and ensure that cost-efficiency does not come at the expense of necessary service levels.

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

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: $12,813,400

Exercised Options: $4,932,877

Current Obligation: $4,932,877

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47PF0023A0012

IDV Type: BPA

Timeline

Start Date: 2023-08-01

Current End Date: 2027-03-31

Potential End Date: 2033-09-30 00:00:00

Last Modified: 2026-04-08

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