GSA awards $20.4M BPA Call for IRS facilities support, highlighting competition and operational needs

Contract Overview

Contract Amount: $20,360 ($20.4K)

Contractor: Jones Lang Lasalle Americas, Inc.

Awarding Agency: General Services Administration

Start Date: 2025-07-07

End Date: 2026-02-17

Contract Duration: 225 days

Daily Burn Rate: $90/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: O&M AFTER HOURS SUPPORT FOR NODES 10 - 12 REPLACEMENT AT IRS

Place of Performance

Location: LANHAM, PRINCE GEORGES County, MARYLAND, 20706

State: Maryland Government Spending

Plain-Language Summary

General Services Administration obligated $20,359.62 to JONES LANG LASALLE AMERICAS, INC. for work described as: O&M AFTER HOURS SUPPORT FOR NODES 10 - 12 REPLACEMENT AT IRS Key points: 1. Contract awarded via a broad agency announcement (BAA) call, indicating a competitive process. 2. Focus on operational maintenance and after-hours support for critical IRS infrastructure. 3. Duration of 225 days suggests a focused, short-term need for specific services. 4. Firm Fixed Price contract type provides cost certainty for the government. 5. The award to a single contractor, JONES LANG LASALLE AMERICAS, INC., warrants scrutiny for potential future competition. 6. Geographic focus on Maryland (MD) indicates localized operational requirements.

Value Assessment

Rating: good

The contract value of $20.4 million for approximately 7.5 months of service appears reasonable for specialized facilities support, especially considering the after-hours component. Benchmarking against similar facilities support contracts for government agencies of this scale would provide a more precise value assessment. The firm fixed-price structure helps control costs, but the absence of detailed performance metrics makes a definitive value-for-money judgment challenging without further data.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under a Broad Agency Announcement (BAA) Call, which implies a competitive process where multiple proposals were likely solicited and evaluated. While the specific number of bidders is not provided, the 'full and open competition' designation suggests a robust marketplace was accessed. This approach generally leads to better price discovery and selection of the most capable offeror.

Taxpayer Impact: A full and open competition ensures that taxpayer dollars are used efficiently by leveraging market forces to secure competitive pricing and optimal service delivery.

Public Impact

IRS operations are supported through the maintenance of critical nodes, ensuring continuity of services. Federal employees and taxpayers benefit from reliable infrastructure at IRS facilities. The services are geographically concentrated in Maryland, impacting local facilities management. Potential for a small number of specialized facilities management personnel to be engaged.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Facilities Support Services (NAICS 561210) is a significant sector within government contracting, encompassing a wide range of services from building operations to maintenance and repair. This contract falls within the broader category of professional, scientific, and technical services. The market for these services is competitive, with numerous large and small businesses vying for government contracts. Benchmarking this award against similar facilities support contracts for agencies like the IRS or other large federal entities would reveal its relative scale and pricing.

Small Business Impact

The contract was not specifically set aside for small businesses, and the awardee, JONES LANG LASALLE AMERICAS, INC., is a large corporation. There is no explicit mention of subcontracting requirements for small businesses within the provided data. Therefore, the direct impact on the small business ecosystem appears minimal for this specific award, though larger prime contractors often utilize small business subcontractors on broader contracts.

Oversight & Accountability

Oversight for this contract would primarily fall under the General Services Administration (GSA), specifically the Public Buildings Service. The firm fixed-price nature of the contract provides a degree of financial oversight. Accountability measures would be tied to the performance standards outlined in the BPA call and the subsequent task order. Transparency is facilitated by the public nature of contract awards, but detailed operational oversight information is typically internal.

Related Government Programs

Risk Flags

Tags

facilities-support, operations-and-maintenance, after-hours-support, irs, gsa, maryland, firm-fixed-price, full-and-open-competition, broad-agency-announcement, facilities-management, bpa-call

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $20,359.62 to JONES LANG LASALLE AMERICAS, INC.. O&M AFTER HOURS SUPPORT FOR NODES 10 - 12 REPLACEMENT AT IRS

Who is the contractor on this award?

The obligated recipient is JONES LANG LASALLE AMERICAS, INC..

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $20,359.62.

What is the period of performance?

Start: 2025-07-07. End: 2026-02-17.

What is the historical spending pattern for facilities support services at the IRS, and how does this award compare?

Historical spending on facilities support services at the IRS can vary significantly year-over-year, influenced by infrastructure upgrades, maintenance cycles, and agency-wide operational needs. Without access to the IRS's detailed historical procurement data, a direct comparison is difficult. However, the $20.4 million awarded for a 225-day period suggests a substantial, albeit potentially short-term, investment in critical operational support. This figure should be contextualized against the IRS's overall facilities budget and compared to the average cost of similar services procured by other large federal agencies to determine if it represents a typical or outlier expenditure.

What specific 'nodes 10-12' are being replaced or supported, and what is their criticality to IRS operations?

The term 'nodes 10-12' likely refers to specific physical locations, data centers, or critical infrastructure components within IRS facilities that require specialized maintenance and support. The criticality of these nodes to IRS operations would depend on their function, such as housing essential IT systems, processing tax information, or supporting administrative functions. Given the after-hours support requirement, these nodes are likely essential for continuous operations, and their failure or degradation could significantly disrupt IRS services. Further clarification from the agency would be needed to pinpoint the exact nature and function of these specific nodes.

How does the firm fixed-price (FFP) structure impact the risk and value proposition for this after-hours support contract?

A Firm Fixed-Price (FFP) contract structure shifts most of the cost risk to the contractor, JONES LANG LASALLE AMERICAS, INC. This means the government is obligated to pay the agreed-upon price regardless of the contractor's actual costs incurred. For after-hours support, this provides budget certainty for the GSA and IRS, as the total cost is known upfront. The value proposition is enhanced if the contractor can efficiently deliver the required services within the fixed price, potentially leading to savings if their costs are lower than anticipated. However, if unforeseen issues arise that significantly increase the contractor's costs, they bear the burden, which could incentivize them to cut corners if not adequately monitored.

What is the track record of JONES LANG LASALLE AMERICAS, INC. in providing similar facilities support services to federal agencies?

JONES LANG LASALLE AMERICAS, INC. (JLL) is a well-established global provider of real estate and facility management services. They have a significant presence in the federal contracting space, often securing large contracts for facilities operations, maintenance, and management across various government agencies. Their track record typically includes managing complex building systems, providing security, and ensuring operational continuity. To assess their specific performance on this particular contract, one would need to review past performance evaluations, contract award histories, and any publicly available CPARS (Contractor Performance Assessment Reporting System) data related to their work with the GSA or IRS for similar services.

What are the potential implications of this contract being awarded under a BPA Call versus a direct award or different competitive vehicle?

Awarding this contract under a Broad Agency Announcement (BAA) Call signifies that it was likely competed among entities that had previously responded to a broader BAA solicitation, or that the BAA mechanism was deemed appropriate for the research and development or specific service nature. This implies a level of pre-qualification or a specific solicitation process tailored to the requirement. Compared to a direct award (which would typically be sole-source or limited), a BPA Call indicates competition occurred. Compared to other competitive vehicles like a traditional RFP under a GWAC or MAC, a BAA Call might suggest a more specialized or innovative approach was sought, or that it leverages existing broad agreements.

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: 47PM0725Q0062

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 200 E RANDOLPH ST, CHICAGO, IL, 60601

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $35,425

Exercised Options: $20,360

Current Obligation: $20,360

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47PN1124A0002

IDV Type: BPA

Timeline

Start Date: 2025-07-07

Current End Date: 2026-02-17

Potential End Date: 2026-02-17 00:00:00

Last Modified: 2026-04-06

More Contracts from Jones Lang Lasalle Americas, Inc.

View all Jones Lang Lasalle Americas, Inc. federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending