GSA's $8.8M Facilities Support Services BPA Call for Sacramento Buildings Exercised for Option Year 2
Contract Overview
Contract Amount: $8,843,957 ($8.8M)
Contractor: King & George, LLC
Awarding Agency: General Services Administration
Start Date: 2023-04-01
End Date: 2026-09-30
Contract Duration: 1,278 days
Daily Burn Rate: $6.9K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE PURPOSE OF THIS BPA CALL IS TO EXERCISE OPTION YEAR 2 FOR OPERATIONS AND MAINTENANCE SERVICE FOR 4 BUILDINGS IN SACRAMENTO, CA.
Place of Performance
Location: SACRAMENTO, SACRAMENTO County, CALIFORNIA, 95814
Plain-Language Summary
General Services Administration obligated $8.8 million to KING & GEORGE, LLC for work described as: THE PURPOSE OF THIS BPA CALL IS TO EXERCISE OPTION YEAR 2 FOR OPERATIONS AND MAINTENANCE SERVICE FOR 4 BUILDINGS IN SACRAMENTO, CA. Key points: 1. The contract focuses on operations and maintenance for four buildings, indicating a need for ongoing facility management. 2. The firm-fixed-price structure suggests predictable costs for the government, though it may limit flexibility for unforeseen issues. 3. The duration of the contract (over 3 years) points to a stable, long-term requirement for these services. 4. The award to KING & GEORGE, LLC, suggests a potentially established relationship or successful past performance. 5. The absence of small business set-aside flags may indicate a focus on larger prime contractors or specific capabilities. 6. The contract's value is spread over multiple years, suggesting a consistent annual expenditure for these services.
Value Assessment
Rating: good
The total award amount of $8.84 million over approximately 3.5 years for facilities support services for four buildings in Sacramento appears reasonable. Benchmarking against similar contracts for building operations and maintenance in the region would provide a more precise value-for-money assessment. However, the firm-fixed-price nature of the contract helps in budget predictability. The specific services covered under 'operations and maintenance' will be key to a definitive value assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The specific number of bidders is not provided, but full and open competition generally fosters a competitive environment, which can lead to better pricing and service offerings for the government. The use of a BPA call suggests that a broader contract vehicle was already established through competition.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it maximizes the pool of potential offerors, driving down costs and encouraging innovation, ultimately leading to better use of public funds.
Public Impact
Federal employees and visitors working in the four Sacramento buildings will benefit from continued reliable operations and maintenance. Essential services such as HVAC, janitorial, security, and general building upkeep are likely being delivered. The geographic impact is localized to Sacramento, California, supporting the federal presence in that area. The contract supports jobs within the facilities management and maintenance sector, likely benefiting the local Sacramento workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if unforeseen maintenance issues arise that are not adequately covered by the firm-fixed-price structure.
- Dependence on a single contractor for critical building operations could pose a risk if performance issues emerge.
- Limited transparency on the specific breakdown of services and costs within the overall maintenance contract.
Positive Signals
- The exercise of an option year indicates satisfaction with the contractor's performance in the previous period.
- Full and open competition at the BPA level suggests a robust process for selecting capable vendors.
- Firm-fixed-price contract provides cost certainty for the government over the contract period.
Sector Analysis
Facilities Support Services, categorized under NAICS code 561210, is a significant sector within government contracting. This sector encompasses a wide range of services essential for the operation and upkeep of federal buildings. Spending in this area is consistent across various agencies requiring physical infrastructure management. Comparable spending benchmarks would typically look at per-square-foot maintenance costs for similar building types and geographic locations.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). This suggests that the primary award was made to a larger entity, or that the specific requirements of the facilities support services did not lend themselves to a small business set-aside. There is no information provided on subcontracting plans, so the impact on the small business ecosystem is unclear, but it is unlikely to involve significant subcontracting opportunities for small businesses directly from this specific BPA call.
Oversight & Accountability
Oversight for this contract would typically fall under the General Services Administration (GSA), specifically the Public Buildings Service. Accountability measures are inherent in the firm-fixed-price contract type, which obligates the contractor to deliver specified services within the agreed-upon price. Transparency is generally facilitated through contract award databases, though detailed performance metrics and specific service delivery reports may not always be publicly available. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- General Services Administration (GSA) Building Operations and Maintenance Contracts
- Federal Facilities Management Services
- Public Buildings Service Contracts
- Operations and Maintenance Services for Government Buildings
Risk Flags
- Contractor Performance Risk
- Service Level Agreement Compliance
- Budgetary Stability of Contractor
- Critical Infrastructure Maintenance Dependency
Tags
facilities-support-services, operations-and-maintenance, general-services-administration, public-buildings-service, bpa-call, firm-fixed-price, full-and-open-competition, sacramento, california, federal-buildings, option-year
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $8.8 million to KING & GEORGE, LLC. THE PURPOSE OF THIS BPA CALL IS TO EXERCISE OPTION YEAR 2 FOR OPERATIONS AND MAINTENANCE SERVICE FOR 4 BUILDINGS IN SACRAMENTO, CA.
Who is the contractor on this award?
The obligated recipient is KING & GEORGE, LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $8.8 million.
What is the period of performance?
Start: 2023-04-01. End: 2026-09-30.
What is the historical spending trend for facilities support services by the General Services Administration in Sacramento, California?
Analyzing historical spending for facilities support services by the GSA in Sacramento requires accessing detailed contract databases. While this specific BPA Call represents $8.84 million over approximately 3.5 years, understanding broader trends involves looking at all similar contracts awarded by GSA in that region. Factors influencing spending include the number of buildings managed, their size and complexity, age of infrastructure, and the specific services required (e.g., HVAC, janitorial, security). A significant increase or decrease in spending over time could indicate changes in GSA's real estate portfolio, budget allocations, or shifts in contracting strategies, such as moving towards more comprehensive service contracts or outsourcing specific maintenance functions.
How does the per-square-foot maintenance cost of this contract compare to industry benchmarks for similar federal facilities?
To compare the per-square-foot maintenance cost, we would need the total square footage of the four buildings covered under this contract. Assuming this information were available, we could calculate an annual cost per square foot and benchmark it against industry standards for commercial office buildings of similar age and class, adjusted for geographic location (Sacramento, CA). Federal facilities often have unique security and operational requirements that can influence costs. A higher-than-average cost might be justified by specialized needs, while a lower cost could indicate efficient operations or potentially lower service levels. Without the square footage, a precise comparison is not possible.
What specific performance metrics are used to evaluate KING & GEORGE, LLC's services under this contract?
The contract documents, specifically the Performance Work Statement (PWS) or Statement of Work (SOW), would detail the specific performance metrics and standards KING & GEORGE, LLC must meet. These typically include metrics related to response times for service calls, preventative maintenance completion rates, quality of janitorial services, energy efficiency targets, and compliance with safety regulations. The government's quality assurance personnel would monitor these metrics throughout the contract period. The exercise of the option year suggests that the contractor has met or exceeded these performance expectations in the initial period, though the exact metrics and their evaluation results are usually internal government information.
What is the track record of KING & GEORGE, LLC in performing similar facilities support services for the federal government?
KING & GEORGE, LLC has been awarded this BPA Call, indicating they have likely performed satisfactorily on previous contracts or task orders, potentially under the same Basic Ordering Agreement (BOA) or similar vehicles. To assess their track record thoroughly, one would examine their contract history within the Federal Procurement Data System (FPDS) or other government databases. This would reveal the types of services they have provided, the agencies they have served, contract values, and performance ratings (if available). A history of successful, on-time, and within-budget performance on comparable facilities maintenance contracts would be a positive indicator for their current role.
Are there any identified risks associated with KING & GEORGE, LLC's performance or the nature of these facilities support services?
Potential risks associated with this contract include contractor performance issues, such as failure to meet service level agreements, inadequate staffing, or financial instability. Given the firm-fixed-price nature, unforeseen major repairs or system failures could strain the contractor's resources or lead to requests for contract modifications. Operational risks involve the criticality of the services; any lapse in maintenance could impact building safety, functionality, and occupancy for federal employees. The concentration of services for four buildings under one contract also presents a risk if the contractor experiences significant disruptions.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, 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: 1228 S ADAMS ST, FORT WORTH, TX, 76104
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $8,843,957
Exercised Options: $8,843,957
Current Obligation: $8,843,957
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47PK0221A0003
IDV Type: BPA
Timeline
Start Date: 2023-04-01
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-03-06
More Contracts from King & George, LLC
- Kentucky Statewide Combined Services for 13 Federal Buildings. Ky0006zz,Ky0008ab,Ky0013zz,Ky0042zz,Ky0043ab,Ky0045zz,Ky0058zz, Ky0059zz,Ky0086zz,Ky0088zz,Ky0089zz,Ky3072zz — $21.1M (General Services Administration)
- Omee NEW Task Order for Operations and Maintenance Facility Support Services AT the Landstuhl Regional Medical Center (lrmc) Geographical Task Order (GTO) Which Includes Supreme Headquarters Allied Powers Europe (shape) and Vicenza, Italy — $12.7M (Department of Defense)
- Base Period- Recurring Custodial — $12.7M (Department of Defense)
- O&M Contract Funding / Contract Number: 6973GH-23-D-00014 / Task Order Number: TBD / POC: Travis Hildebrand or Kyle Daniel / CO: Cynthia Cooper / CS: Andre Casiano — $11.1M (Department of Transportation)
- 6973GH-24-F-00280 Mmac O&M Contract — $10.4M (Department of Transportation)
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)