GSA awards $2M contract for fire alarm systems, raising questions about competition and value
Contract Overview
Contract Amount: $2,034,895 ($2.0M)
Contractor: Ocs-Ncs JV II, LLC
Awarding Agency: General Services Administration
Start Date: 2025-09-30
End Date: 2026-12-31
Contract Duration: 457 days
Daily Burn Rate: $4.5K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: ABERDEEN FIRE ALARM PANEL AND SYSTEMS REPLACEMENT
Place of Performance
Location: ABERDEEN, BROWN County, SOUTH DAKOTA, 57401
Plain-Language Summary
General Services Administration obligated $2.0 million to OCS-NCS JV II, LLC for work described as: ABERDEEN FIRE ALARM PANEL AND SYSTEMS REPLACEMENT Key points: 1. The contract's value appears reasonable for a fire alarm system replacement project of this scope. 2. The lack of competition raises concerns about potential overpricing and reduced innovation. 3. The firm-fixed-price structure shifts risk to the contractor, which is generally positive. 4. The project's duration of 457 days suggests a complex or extensive installation. 5. The contract falls within the Commercial and Institutional Building Construction sector. 6. The General Services Administration (GSA) is the awarding agency, indicating a focus on federal facilities.
Value Assessment
Rating: fair
The contract value of approximately $2 million for a fire alarm panel and systems replacement seems within a reasonable range for a federal building project of this scale. However, without specific details on the scope of work, number of buildings, or system complexity, a precise value-for-money assessment is difficult. Benchmarking against similar GSA projects for building systems upgrades would provide a clearer picture of whether this price is competitive or inflated, especially given the limited competition.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not openly competed. This significantly limits the opportunity for multiple vendors to bid, which can lead to higher prices and less favorable terms for the government. The justification for a sole-source award is not provided, but typically it would involve a unique capability or urgent need that only one contractor can meet. The lack of competition here is a significant concern for price discovery and ensuring the best value for taxpayers.
Taxpayer Impact: Sole-source awards mean taxpayers may not be getting the best possible price due to the absence of competitive bidding. This can result in higher overall spending for essential services.
Public Impact
Federal employees and visitors in GSA-managed facilities in South Dakota will benefit from enhanced fire safety. The contract will deliver a new fire alarm panel and associated systems, improving building safety infrastructure. The geographic impact is focused on federal buildings within South Dakota. The project will likely involve construction and installation labor, potentially creating short-term employment opportunities in the local area.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to higher costs for taxpayers.
- Sole-source award raises concerns about the justification and potential for better pricing through open competition.
- Limited transparency on the specific technical requirements and justification for sole-source award.
Positive Signals
- Firm-fixed-price contract shifts cost risk to the contractor.
- Project aims to improve critical safety infrastructure in federal buildings.
- Contract awarded by GSA, an agency experienced in managing federal facilities.
Sector Analysis
This contract falls within the Commercial and Institutional Building Construction sector, specifically related to building systems. The market for fire alarm systems is competitive, with numerous manufacturers and installers. However, federal procurement processes, especially sole-source awards, can limit direct market competition. Comparable spending benchmarks for fire alarm system replacements in federal buildings can vary widely based on size, complexity, and location, but a $2 million contract suggests a significant upgrade or replacement project.
Small Business Impact
The contract data indicates that small business participation was not a stated factor (sb: false, ss: false). There is no indication of a small business set-aside or subcontracting requirements. This means opportunities for small businesses to participate in this specific contract are likely limited unless they are part of the prime contractor's supply chain or are subcontractors to the prime, OCS-NCS JV II, LLC, which may or may not be a small business itself. The lack of small business focus could limit broader economic impact.
Oversight & Accountability
Oversight for this contract will primarily be managed by the General Services Administration (GSA), the awarding agency. As a definitive contract, it is subject to standard federal procurement regulations and oversight. The firm-fixed-price nature means the contractor is responsible for delivering the specified work within the agreed-upon price. Transparency regarding the sole-source justification and performance monitoring will be key to assessing accountability. Inspector General oversight would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Federal Building Modernization Projects
- Public Safety Infrastructure Upgrades
- GSA Facilities Management Contracts
- Commercial Building Systems Procurement
Risk Flags
- Sole-source award lacks competitive justification.
- Potential for inflated pricing due to lack of competition.
- Limited transparency on contractor's past performance for similar projects.
- No clear small business participation goals identified.
Tags
construction, general-services-administration, south-dakota, definitive-contract, firm-fixed-price, sole-source, building-systems, fire-safety, commercial-institutional-building-construction, federal-facilities
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $2.0 million to OCS-NCS JV II, LLC. ABERDEEN FIRE ALARM PANEL AND SYSTEMS REPLACEMENT
Who is the contractor on this award?
The obligated recipient is OCS-NCS JV II, LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $2.0 million.
What is the period of performance?
Start: 2025-09-30. End: 2026-12-31.
What is the specific justification for awarding this fire alarm system replacement contract on a sole-source basis?
The provided data indicates the contract was awarded as 'NOT AVAILABLE FOR COMPETITION,' which is often synonymous with a sole-source or limited competition award. However, the specific justification for this determination is not included in the abbreviated data. Typically, federal agencies must document why a full and open competition is not feasible, citing reasons such as urgent and compelling needs, unique capabilities of a single source, or specific national security requirements. Without this documentation, it is impossible to fully assess the validity of the sole-source award and whether taxpayers are receiving fair value. Further investigation into the contract file or agency justifications would be required.
How does the $2.03 million contract value compare to similar fire alarm system replacement projects for federal buildings?
Benchmarking the $2.03 million contract value requires detailed comparison with similar projects. Factors such as the size and number of buildings, the complexity of the existing and new systems (e.g., integration with other building management systems, advanced detection technologies), and the geographic location (which affects labor and material costs) significantly influence project costs. Generally, a contract of this size suggests a substantial replacement or upgrade, potentially covering multiple buildings or a large, complex facility. Without access to a database of comparable federal contracts for fire alarm system replacements, including scope and specific deliverables, it is difficult to definitively state whether this price represents excellent, good, or fair value. However, the lack of competition inherently raises concerns about potential price inflation compared to a competitively bid scenario.
What are the potential risks associated with a sole-source award for this type of construction project?
The primary risk associated with a sole-source award for a construction project like a fire alarm system replacement is the potential for inflated pricing. Without competitive pressure, the contractor may not feel compelled to offer the most cost-effective solution. Other risks include a lack of innovation, as the agency is not benefiting from the diverse approaches multiple bidders might propose. There's also a potential for reduced quality if the contractor faces less scrutiny due to the absence of competing proposals. Furthermore, sole-source awards can create an appearance of impropriety or favoritism, even if the award is justified, potentially undermining public trust in the procurement process.
What is the track record of OCS-NCS JV II, LLC in performing similar federal construction contracts?
Information regarding the specific track record of OCS-NCS JV II, LLC in performing similar federal construction contracts, particularly fire alarm system replacements, is not available in the provided data. To assess their past performance, one would typically need to consult federal procurement databases like the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS). These systems often contain ratings and details about previous contracts, including timeliness, cost control, and overall quality of work. Without this information, it's challenging to evaluate the contractor's reliability and expertise for this specific project.
What are the implications of the firm-fixed-price (FFP) contract type for this project?
A Firm-Fixed-Price (FFP) contract type means that the contractor, OCS-NCS JV II, LLC, is obligated to complete the work for a predetermined price, regardless of the actual costs incurred. This structure places the majority of the cost risk on the contractor. For the government, this offers budget certainty and protection against cost overruns, provided the scope of work is clearly defined. The primary benefit is predictability in spending. The main implication is that the contractor has a strong incentive to control costs efficiently and complete the project within budget. If the contractor encounters unforeseen issues that increase their costs, they absorb those losses, which can sometimes lead contractors to build higher contingencies into their initial bids, especially in sole-source situations.
How does the duration of 457 days (approximately 15 months) impact the assessment of this contract?
The contract duration of 457 days, spanning from September 30, 2025, to December 31, 2026, indicates a project timeline of roughly 15 months. This duration suggests that the fire alarm system replacement is likely a complex undertaking, potentially involving multiple phases, significant demolition and installation work, system integration, testing, and commissioning across one or more federal facilities. A longer duration can sometimes correlate with higher overall contract values due to extended labor and project management efforts. It also means the benefits of the new system will be realized over a longer period. From a risk perspective, a longer timeline increases the potential for unforeseen issues, scope creep, or changes in requirements, although the FFP structure aims to mitigate cost impacts for the government.
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: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 47PJ0025R0045
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2110 REYNOLDS LN REAR, LOUISVILLE, KY, 40218
Business Categories: Black American Owned Business, Category Business, Minority Owned Business, Partnership or Limited Liability Partnership, SBA Certified 8 a Joint Venture, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,034,895
Exercised Options: $2,034,895
Current Obligation: $2,034,895
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2025-09-30
Current End Date: 2026-12-31
Potential End Date: 2026-12-31 00:00:00
Last Modified: 2026-03-09
More Contracts from Ocs-Ncs JV II, LLC
- Design Build for Three Chillers to Modernize the Chilled Water Plant AT Frank M. Johnson Federal Courthouse AL0003 ONE Church Street Montgomery, Alabama 36104 — $3.4M (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)