GSA awards $3M engineering services contract to M.C. Dean, Inc. for infrastructure maintenance
Contract Overview
Contract Amount: $3,003,450 ($3.0M)
Contractor: M. C. Dean, Inc.
Awarding Agency: General Services Administration
Start Date: 2025-06-15
End Date: 2026-11-14
Contract Duration: 517 days
Daily Burn Rate: $5.8K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TIERED INFRASTRUCTURE MAINTENANCE (TIM) IV MECHANICSBURG
Place of Performance
Location: MECHANICSBURG, CUMBERLAND County, PENNSYLVANIA, 17050
Plain-Language Summary
General Services Administration obligated $3.0 million to M. C. DEAN, INC. for work described as: TIERED INFRASTRUCTURE MAINTENANCE (TIM) IV MECHANICSBURG Key points: 1. Contract awarded via a BPA Call under the TIERED INFRASTRUCTURE MAINTENANCE (TIM) IV vehicle. 2. The contract is for engineering services related to infrastructure maintenance. 3. M.C. Dean, Inc. is the sole awardee for this specific BPA Call. 4. The contract has a firm-fixed-price structure. 5. Performance is expected to occur in Pennsylvania. 6. The contract duration is approximately 517 days.
Value Assessment
Rating: fair
The contract value of $3,003,450.20 for approximately 17 months of engineering services appears to be within a reasonable range for specialized infrastructure maintenance. Benchmarking against similar GSA contracts for engineering services would provide a more precise value-for-money assessment. The firm-fixed-price structure suggests that the government has a clear understanding of the scope and associated costs, which can help control spending.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under the TIERED INFRASTRUCTURE MAINTENANCE (TIM) IV BPA, which itself was competed full and open. While this specific BPA Call had only one awardee, the underlying BPA vehicle likely saw multiple bidders. The competition for the overarching BPA is crucial for ensuring competitive pricing and a broad range of capabilities are available to the government.
Taxpayer Impact: The full and open competition for the TIM IV BPA ensures that taxpayers benefit from a competitive marketplace, driving down costs and improving service quality for infrastructure maintenance needs across various federal agencies.
Public Impact
Federal facilities managed by the General Services Administration (GSA) will benefit from enhanced infrastructure maintenance. Engineering services will support the upkeep and operational integrity of critical federal infrastructure. The primary geographic impact is within Pennsylvania, where the services will be performed. The contract supports specialized engineering roles, potentially impacting the workforce in the engineering services sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited visibility into the specific technical requirements and deliverables for this BPA Call.
- Potential for scope creep if not managed tightly under the firm-fixed-price structure.
- Dependence on a single contractor for this specific BPA Call could limit options if performance issues arise.
Positive Signals
- Awarded under a pre-competed, broad-scope BPA vehicle (TIM IV) which likely underwent significant vetting.
- Firm-fixed-price contract type provides cost certainty for the government.
- Experienced contractor (M.C. Dean, Inc.) with a significant presence in federal contracting.
- Contract duration is relatively short, allowing for re-evaluation of needs and contractor performance.
Sector Analysis
The engineering services sector supporting federal infrastructure maintenance is a critical component of the broader construction and professional services market. This contract falls within the "Engineering Services" NAICS code (541330). The market is characterized by a mix of large, established firms and smaller specialized companies. Spending on federal infrastructure maintenance is substantial, with agencies like GSA consistently investing in the upkeep of their real property assets to ensure safety, functionality, and longevity.
Small Business Impact
This contract was not specifically set aside for small businesses, and the awardee, M.C. Dean, Inc., is a large business. There is no indication of subcontracting requirements for small businesses in the provided data. Therefore, this award does not directly contribute to small business utilization goals through set-asides or mandated subcontracting.
Oversight & Accountability
Oversight for this contract will be managed by the General Services Administration (GSA), specifically the Federal Acquisition Service. As a firm-fixed-price contract awarded via a BPA Call, the primary oversight will focus on ensuring adherence to the defined scope of work and delivery timelines. GSA's internal procurement regulations and contract administration processes provide the accountability framework. Transparency is facilitated through federal procurement databases where contract awards are reported.
Related Government Programs
- TIERED INFRASTRUCTURE MAINTENANCE (TIM) IV
- General Services Administration (GSA) Contracts
- Engineering Services Contracts
- Federal Facilities Maintenance
Risk Flags
- Contract awarded via BPA Call - requires review of underlying BPA competition.
- Limited detail on specific deliverables and scope.
- Single awardee for this specific BPA Call.
Tags
engineering-services, infrastructure-maintenance, general-services-administration, gsa, m-c-dean-inc, firm-fixed-price, bpa-call, mechanicsburg, pennsylvania, federal-acquisition-service, naics-541330
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $3.0 million to M. C. DEAN, INC.. TIERED INFRASTRUCTURE MAINTENANCE (TIM) IV MECHANICSBURG
Who is the contractor on this award?
The obligated recipient is M. C. DEAN, INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $3.0 million.
What is the period of performance?
Start: 2025-06-15. End: 2026-11-14.
What is the specific scope of engineering services required under this BPA Call?
The provided data indicates the contract is for "TIERED INFRASTRUCTURE MAINTENANCE (TIM) IV MECHANICSBURG" and falls under NAICS code 541330 (Engineering Services). However, the precise technical details, deliverables, and specific infrastructure components to be maintained are not detailed in the summary data. Typically, such contracts would involve tasks like structural assessments, mechanical system evaluations, electrical system diagnostics, HVAC maintenance planning, and potentially design or upgrade recommendations for federal facilities. A deeper dive into the BPA Call's Statement of Work (SOW) would be necessary to understand the granular requirements.
How does the pricing of this contract compare to similar engineering services contracts awarded by GSA?
Without specific line-item details or labor rates, a direct pricing comparison is challenging. However, the total award amount of approximately $3 million for a 17-month period suggests a mid-range contract value for specialized engineering support. GSA often uses pre-negotiated rates within its BPA vehicles, which are intended to be competitive. To benchmark effectively, one would need to compare the estimated labor hours, skill levels, and associated rates against other GSA engineering services contracts awarded around the same period, ideally for similar types of infrastructure or facility management tasks in the same geographic region.
What are the key performance indicators (KPIs) or metrics used to evaluate M.C. Dean, Inc.'s performance on this contract?
The provided data does not specify the performance metrics or KPIs for this contract. However, for engineering services contracts, common KPIs often include on-time completion of assessments and reports, accuracy of technical findings, adherence to budget (if applicable beyond the fixed price), responsiveness to government requests, and overall quality of engineering recommendations. The firm-fixed-price nature implies that the primary measure of success will be the delivery of the contracted services within the agreed-upon scope and timeframe. GSA contract officers would typically monitor progress and formally evaluate performance at key milestones or upon completion.
What is M.C. Dean, Inc.'s track record with GSA and similar federal infrastructure contracts?
M.C. Dean, Inc. is a well-established government contractor with a significant history of performing complex engineering, integration, and facility management services for various federal agencies, including the Department of Defense and GSA. They have experience with large-scale infrastructure projects and building systems. Their past performance record with GSA would likely be a key factor in their selection for the TIM IV BPA and subsequent BPA Calls. A review of their contract history, including any performance evaluations or past performance questionnaires (PPQs) in federal databases, would provide further insight into their reliability and capability.
What is the historical spending trend for engineering services under the TIM IV BPA vehicle?
The provided data is for a single BPA Call under the TIM IV vehicle and does not offer historical spending trends. To assess this, one would need to examine the total obligated amounts and task order history across all BPA Calls issued under TIM IV since its inception. This would involve querying federal procurement data systems (like FPDS or USASpending) for the TIM IV BPA and analyzing the aggregate spending, number of task orders, average task order value, and the distribution of awards among different contractors over time. This analysis would reveal the overall utilization and investment in engineering services through this specific vehicle.
Are there any specific risks associated with relying on a single contractor for this BPA Call, even if the underlying BPA was competed?
Yes, there are potential risks associated with relying on a single contractor for a specific BPA Call. While the TIM IV BPA itself was competed, this particular call has only one awardee. This could lead to reduced leverage for the government if the contractor underperforms, faces financial difficulties, or experiences key personnel turnover. It might also limit the government's ability to quickly pivot to alternative solutions or specialized expertise if unforeseen issues arise. However, the relatively short duration (approx. 17 months) mitigates some of these risks, as the government can re-compete or seek other options upon its expiration.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering 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
Solicitation ID: 47QFRA25Q0007
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1765 GREENSBORO STATION PL, TYSONS, VA, 22102
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $12,044,733
Exercised Options: $3,722,731
Current Obligation: $3,003,450
Subaward Activity
Number of Subawards: 2
Total Subaward Amount: $108,789
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47QFRA25A0002
IDV Type: BPA
Timeline
Start Date: 2025-06-15
Current End Date: 2026-11-14
Potential End Date: 2029-11-14 00:00:00
Last Modified: 2026-04-07
More Contracts from M. C. Dean, Inc.
- Recapitalization of Power Generation Plant and Supervisory Control and Data Acquisition (scada), Located on Buckley AFB, CO — $207.5M (Department of Defense)
- Project "EIU" — $53.0M (Department of Homeland Security)
- Adf-C Recap 1 (split Load CTR K and UPS — $45.3M (Department of Defense)
- Award for Facilities Engineering, Operations and Maintenance Services AT 10 Federal Buildings in Washington, D.C. for Option Period 3 — $44.8M (General Services Administration)
- Force Protection Technology Support Services — $40.4M (Department of Defense)
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)