GSA awards $5.37M facilities support services call order to King & George, LLC for Year 3
Contract Overview
Contract Amount: $5,370,274 ($5.4M)
Contractor: King & George, LLC
Awarding Agency: General Services Administration
Start Date: 2023-04-01
End Date: 2027-03-31
Contract Duration: 1,460 days
Daily Burn Rate: $3.7K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CALL ORDER TO EXERCISE OF OPTION 2, YEAR 3 UNDER BPA 47PK0221A0002. NON-LOGO. 4/1/23 THROUGH 3/31/2024
Place of Performance
Location: LAGUNA NIGUEL, ORANGE County, CALIFORNIA, 92677
Plain-Language Summary
General Services Administration obligated $5.4 million to KING & GEORGE, LLC for work described as: CALL ORDER TO EXERCISE OF OPTION 2, YEAR 3 UNDER BPA 47PK0221A0002. NON-LOGO. 4/1/23 THROUGH 3/31/2024 Key points: 1. This call order represents the third year of a Base Period Agreement (BPA) for facilities support services. 2. The contract is a firm-fixed-price award, indicating predictable costs for the government. 3. The award was made under full and open competition, suggesting a competitive bidding process. 4. The contractor, King & George, LLC, is performing services under a BPA established by the General Services Administration. 5. The services provided fall under Facilities Support Services, a broad category of operational support. 6. The contract duration is for one year, aligning with the option exercise for Year 3.
Value Assessment
Rating: good
The award amount of $5.37 million for one year of facilities support services appears reasonable given the scope. Without specific details on the services rendered or comparable contract data from GSA's Public Buildings Service, a precise value-for-money assessment is challenging. However, the firm-fixed-price structure helps control costs. Benchmarking against similar facilities support contracts within GSA or other agencies would provide a clearer picture of pricing efficiency.
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 the competitive nature of the award process suggests that GSA sought to obtain the best value through market forces. This approach generally leads to more competitive pricing and a wider selection of qualified contractors.
Taxpayer Impact: Taxpayers benefit from a competitive bidding process that aims to secure services at the most advantageous prices, preventing potential overspending associated with less competitive or sole-source awards.
Public Impact
Federal facilities in California, specifically those managed by GSA's Public Buildings Service, will receive essential support services. The services ensure the operational readiness and maintenance of government buildings, contributing to a safe and functional work environment. The contract supports the ongoing operations of federal agencies housed within these facilities. The contract likely supports local jobs within the facilities management and maintenance sector in California.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics or service level agreements in the provided data makes it difficult to assess the quality of services delivered.
- The duration of the contract (one year for this option) may require frequent re-competition, potentially leading to administrative overhead and contractor transition costs.
Positive Signals
- The award was made under a Base Period Agreement (BPA), suggesting a pre-vetted contractor and a streamlined ordering process.
- The firm-fixed-price contract type provides cost certainty for the government, mitigating risks associated with cost overruns.
- The contract was awarded through full and open competition, indicating a robust and fair selection process.
Sector Analysis
Facilities Support Services (NAICS 561210) is a significant sector within the broader professional, scientific, and technical services industry. This contract represents a portion of GSA's extensive spending on maintaining federal properties. The market for these services is competitive, with numerous providers ranging from small businesses to large corporations. GSA's spending in this area is substantial, reflecting the vast portfolio of federal buildings it manages across the country.
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 for small businesses stemming from this specific award. The primary contractor, King & George, LLC, is not identified as a small business in the provided snippet. Analysis of the BPA's overall small business utilization plan would be necessary for a complete picture.
Oversight & Accountability
The General Services Administration (GSA) typically has robust oversight mechanisms for its contracts, including performance monitoring and quality assurance. As this is a call order under an existing BPA, the initial competition and vetting of King & George, LLC would have occurred during the establishment of the BPA. The Public Buildings Service likely has contracting officers' representatives (CORs) responsible for overseeing contract performance and ensuring compliance with terms and conditions. Transparency is generally maintained through GSA's contract reporting systems.
Related Government Programs
- General Services Administration Facilities Management Contracts
- Federal Building Operations and Maintenance
- Public Buildings Service Contracts
- Facilities Support Services Contracts
Risk Flags
- Potential for service quality variations without detailed performance metrics.
- Reliance on a single contractor for a full year of services requires diligent oversight.
Tags
facilities-support-services, general-services-administration, public-buildings-service, firm-fixed-price, full-and-open-competition, bpa-call-order, california, facilities-management, government-operations, service-contract
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $5.4 million to KING & GEORGE, LLC. CALL ORDER TO EXERCISE OF OPTION 2, YEAR 3 UNDER BPA 47PK0221A0002. NON-LOGO. 4/1/23 THROUGH 3/31/2024
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 $5.4 million.
What is the period of performance?
Start: 2023-04-01. End: 2027-03-31.
What is the historical spending trend for this specific BPA (47PK0221A0002) over its life cycle?
The provided data only details the current call order for Year 3, amounting to $5.37 million. To understand the historical spending trend for BPA 47PK0221A0002, one would need to examine the award data for previous years, including the base period and any prior option years. This would involve querying federal procurement databases for all call orders issued under this BPA. Analyzing these past awards would reveal the total obligated amounts per year, identify any fluctuations in spending, and indicate if King & George, LLC has been the consistent awardee for all call orders. Such an analysis is crucial for assessing the contractor's performance history and the overall value GSA has received from this BPA.
How does the per-unit cost of services under this contract compare to similar facilities support contracts awarded by GSA in the same region?
A direct per-unit cost comparison is difficult without detailed service breakdowns and unit metrics (e.g., cost per square foot maintained, cost per service call). However, the total award of $5.37 million for a one-year firm-fixed-price contract for facilities support services can be benchmarked against GSA's historical spending on similar services in California. Examining GSA's contract spending reports for NAICS code 561210 in the same fiscal year and geographic area would reveal average contract values and potentially identify outliers. If this contract's value is significantly higher or lower than the average for comparable services, it would warrant further investigation into the scope of work, service levels, and market conditions.
What specific facilities support services are included in this $5.37 million call order?
The provided data classifies the service under NAICS code 561210, 'Facilities Support Services,' and indicates it's a 'CALL ORDER TO EXERCISE OF OPTION 2, YEAR 3 UNDER BPA 47PK0221A0002.' This broad classification suggests services could encompass a wide range of building operations and maintenance activities. Typical services under such contracts include but are not limited to: janitorial services, grounds maintenance, pest control, building system maintenance (HVAC, electrical, plumbing), security services, waste management, and minor repairs. The specific details of the services covered by this $5.37 million call order would be found in the detailed statement of work (SOW) associated with the BPA and this particular option exercise.
What is King & George, LLC's track record with federal contracts, particularly with GSA?
King & George, LLC is the awardee for this call order under BPA 47PK0221A0002. To assess their track record, a comprehensive review of their federal contract history is necessary. This would involve searching federal procurement databases (like FPDS or SAM.gov) for all contracts awarded to King & George, LLC. Key aspects to examine include the total value of contracts awarded, the types of services provided, their performance ratings (if available), any past performance issues or disputes, and their experience with GSA and similar agencies. Understanding their history, especially with BPAs and facilities support services, provides insight into their capability and reliability in fulfilling government requirements.
What are the potential risks associated with this contract, and what mitigation strategies are in place?
Potential risks for this facilities support services contract include service quality issues, contractor performance failures, cost overruns (though mitigated by FFP), and potential disruptions to federal operations if services are interrupted. Given it's an option exercise under an existing BPA, some initial risks were likely assessed during the BPA's competition. Mitigation strategies typically involve robust contract surveillance by a Contracting Officer's Representative (COR), clear performance standards in the Statement of Work, regular performance reviews, and defined remedies for non-performance. The firm-fixed-price nature of the award also shifts some cost risk to the contractor. Further risk assessment would require access to the contract's performance history and any associated risk management plans.
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: 320 HEMPHILL 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: $5,370,274
Exercised Options: $5,370,274
Current Obligation: $5,370,274
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47PK0221A0002
IDV Type: BPA
Timeline
Start Date: 2023-04-01
Current End Date: 2027-03-31
Potential End Date: 2031-03-31 00:00:00
Last Modified: 2026-03-03
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)