Department of Transportation awards $4.18M for facilities support services to TBP&JJ WORLDWIDE SERVICES LLC
Contract Overview
Contract Amount: $4,181,958 ($4.2M)
Contractor: Tbp&jj Worldwide Services LLC
Awarding Agency: Department of Transportation
Start Date: 2025-09-23
End Date: 2028-09-22
Contract Duration: 1,095 days
Daily Burn Rate: $3.8K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THIS IS A TASK ORDER FOR CORRECTIVE MAINTENANCE: OPERATIONS, MAINTENANCE, AND RELATED SERVICES DEFINED UNDER THE SCOPE OF THIS CONTRACT. UNDER THIS TASK ORDER THE CONTRACTOR SHALL MAINTAIN THE FOLLOWING, ADDITIONAL HOURS AND PROVIDE ADDITIONAL SE
Place of Performance
Location: GREAT NECK, NASSAU County, NEW YORK, 11024
State: New York Government Spending
Plain-Language Summary
Department of Transportation obligated $4.2 million to TBP&JJ WORLDWIDE SERVICES LLC for work described as: THIS IS A TASK ORDER FOR CORRECTIVE MAINTENANCE: OPERATIONS, MAINTENANCE, AND RELATED SERVICES DEFINED UNDER THE SCOPE OF THIS CONTRACT. UNDER THIS TASK ORDER THE CONTRACTOR SHALL MAINTAIN THE FOLLOWING, ADDITIONAL HOURS AND PROVIDE ADDITIONAL SE Key points: 1. Contract focuses on corrective maintenance, operations, and general facilities support. 2. The award is a firm-fixed-price delivery order, indicating predictable costs for the government. 3. Competition was full and open after exclusion of sources, suggesting a broad search for qualified bidders. 4. The contract duration is three years, aligning with operational needs for facilities maintenance. 5. The task order is for facilities support services, a critical component of agency operations. 6. The contractor, TBP&JJ WORLDWIDE SERVICES LLC, will provide maintenance for specified assets. 7. The contract is a delivery order, a common mechanism for procuring specific services under a larger contract. 8. The contract is not set aside for small businesses, indicating it was open to all eligible large and small businesses.
Value Assessment
Rating: fair
The contract value of $4.18 million over three years for facilities support services appears reasonable for a firm-fixed-price delivery order. Benchmarking against similar contracts for facilities maintenance across federal agencies would provide a clearer picture of value for money. However, without specific details on the scope of services and the assets being maintained, a precise comparison is difficult. The firm-fixed-price nature suggests the government has locked in costs, which can be advantageous if the scope is well-defined and the contractor's pricing is competitive.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'full and open competition after exclusion of sources.' This indicates that while the competition was intended to be broad, certain sources may have been excluded based on specific criteria, possibly related to technical capabilities or prior performance. The exact number of bidders is not provided, but the 'full and open' designation suggests a competitive process was undertaken to ensure fair pricing and access to a wide range of potential contractors.
Taxpayer Impact: A full and open competition, even with exclusions, generally benefits taxpayers by fostering a competitive environment that can lead to better pricing and service quality. It ensures that the government is not unduly limiting its options and is likely to secure a fair market price for the services rendered.
Public Impact
The primary beneficiaries are the Department of Transportation's Maritime Administration, which will receive essential facilities maintenance and operational support. Services delivered include corrective maintenance, operations, and general facilities support, ensuring the functionality of agency infrastructure. The geographic impact is focused on New York (NY), where the facilities are located. Workforce implications include potential employment opportunities for maintenance staff and support personnel employed by TBP&JJ WORLDWIDE SERVICES LLC in the New York area.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The specific assets requiring maintenance are not detailed, which could lead to scope creep or unforeseen costs if not clearly defined.
- The 'exclusion of sources' clause in the competition method warrants further investigation to understand the rationale and potential impact on competition.
- The contract is for corrective maintenance, which can be reactive and potentially more expensive than proactive or preventive maintenance strategies.
Positive Signals
- The firm-fixed-price contract type provides cost certainty for the government.
- The three-year duration allows for consistent service delivery and relationship building with the contractor.
- The award is made under a full and open competition, suggesting a robust selection process.
Sector Analysis
Facilities Support Services, categorized under NAICS code 561210, represent a significant segment of the government contracting market. This sector encompasses a wide range of services, including building operation and maintenance, cleaning, and security. Federal spending in this area is substantial, driven by the need to maintain a vast portfolio of government-owned and leased properties. Comparable spending benchmarks would typically involve analyzing the cost per square foot for similar maintenance contracts across different federal agencies and geographic locations.
Small Business Impact
This contract was not set aside for small businesses, as indicated by the 'ss' field being false. This means the competition was open to all eligible businesses, including large corporations. While there is no explicit small business set-aside, the prime contractor, TBP&JJ WORLDWIDE SERVICES LLC, may still engage small businesses as subcontractors to fulfill portions of the contract. The extent of small business subcontracting will depend on the prime contractor's strategy and the specific requirements of the task order.
Oversight & Accountability
Oversight for this contract will likely be managed by the Department of Transportation's Maritime Administration contracting officers and program managers. Accountability measures are embedded in the firm-fixed-price contract terms, requiring the contractor to deliver specified services. Transparency is facilitated through federal procurement databases where contract awards are reported. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse related to the contract.
Related Government Programs
- Facilities Operations and Maintenance Contracts
- Government Property Management Services
- General Services Administration (GSA) Schedules
- Department of Defense Facilities Support Contracts
Risk Flags
- Potential for scope creep due to undefined assets.
- Risk of higher costs associated with corrective maintenance.
- Uncertainty regarding the impact of 'exclusion of sources' on competition.
Tags
facilities-support-services, corrective-maintenance, operations-and-maintenance, department-of-transportation, maritime-administration, firm-fixed-price, delivery-order, full-and-open-competition, new-york, naics-561210, federal-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $4.2 million to TBP&JJ WORLDWIDE SERVICES LLC. THIS IS A TASK ORDER FOR CORRECTIVE MAINTENANCE: OPERATIONS, MAINTENANCE, AND RELATED SERVICES DEFINED UNDER THE SCOPE OF THIS CONTRACT. UNDER THIS TASK ORDER THE CONTRACTOR SHALL MAINTAIN THE FOLLOWING, ADDITIONAL HOURS AND PROVIDE ADDITIONAL SE
Who is the contractor on this award?
The obligated recipient is TBP&JJ WORLDWIDE SERVICES LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Maritime Administration).
What is the total obligated amount?
The obligated amount is $4.2 million.
What is the period of performance?
Start: 2025-09-23. End: 2028-09-22.
What is the specific scope of 'corrective maintenance' and the assets covered under this task order?
The provided data indicates that the task order is for 'corrective maintenance: operations, maintenance, and related services defined under the scope of this contract.' It also states the contractor shall 'maintain the following, additional hours and provide additional services.' However, the specific assets requiring maintenance and the precise definition of 'corrective maintenance' within this context are not detailed in the summary data. A thorough review of the full contract statement of work (SOW) would be necessary to identify the exact facilities, equipment, or systems covered and the specific actions constituting corrective maintenance, as opposed to preventive or routine upkeep. This detail is crucial for understanding the full value and potential risks associated with the contract.
How does the $4.18 million contract value compare to similar facilities support contracts awarded by the Maritime Administration or other DOT agencies?
To benchmark the $4.18 million contract value, one would need to compare it against similar firm-fixed-price delivery orders for facilities support services awarded by the Maritime Administration or other Department of Transportation agencies over the past 1-3 years. Key comparison points would include the duration of the contract (3 years in this case), the geographic location (New York), the size and type of facilities managed, and the specific services included (corrective maintenance, operations). Without access to a comprehensive database of comparable contracts, it's challenging to definitively state whether this award represents excellent, good, or fair value. However, the firm-fixed-price nature suggests a degree of cost control is expected by the government.
What are the potential risks associated with a 'corrective maintenance' focus for facilities support?
A primary risk of focusing on 'corrective maintenance' is its reactive nature. This means services are performed only after a failure or problem occurs, which can lead to unexpected downtime, higher emergency repair costs, and potential disruption to agency operations. Unlike preventive maintenance, which aims to avoid issues, corrective maintenance addresses them as they arise. This can also lead to a less predictable budget, as the frequency and severity of failures are unknown. Furthermore, if the underlying causes of frequent corrective actions are not addressed, it could indicate systemic issues with the facilities or equipment, potentially leading to escalating costs over the contract's life.
What does 'full and open competition after exclusion of sources' imply for the contractor selection and pricing?
The term 'full and open competition after exclusion of sources' suggests that the government broadly solicited offers but then excluded certain potential offerors based on specific, justifiable criteria. These exclusions might be based on technical qualifications, past performance, security clearances, or other requirements outlined in the solicitation. While it aims for broad competition, the exclusions mean not all interested parties could participate. This could potentially limit the number of bidders compared to a purely 'full and open' competition. The impact on pricing is variable; if the exclusions were narrowly defined and many qualified bidders remained, competitive pricing is likely. However, if the exclusions significantly reduced the pool of capable contractors, it might lead to less aggressive pricing.
What is the track record of TBP&JJ WORLDWIDE SERVICES LLC in performing similar facilities support contracts for the federal government?
Information regarding the specific track record of TBP&JJ WORLDWIDE SERVICES LLC for similar federal facilities support contracts is not detailed in the provided summary data. To assess their performance history, one would typically examine their past performance evaluations in federal procurement databases (like the Contractor Performance Assessment Reporting System - CPARS), review previous contract awards to the company for comparable services, and look for any documented issues such as disputes, claims, or contract terminations. A strong track record with positive past performance reviews would indicate a lower risk for this new contract, while a history of issues might raise concerns about their ability to meet the requirements effectively and on time.
How does the contract duration of 1095 days (3 years) align with typical facilities maintenance cycles?
A contract duration of 1095 days, or three years, is a common and often practical timeframe for facilities support and maintenance services. This duration allows for a stable operational period, enabling the contractor to become familiar with the specific facilities and systems, and for the agency to benefit from consistent service delivery. It strikes a balance between providing long-term support and maintaining flexibility. Shorter durations might not allow sufficient time for the contractor to fully implement services or achieve economies of scale, while excessively long durations could lock the government into potentially outdated service models or pricing without opportunities for re-competition and market adjustments.
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 AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 215 DEPOT CT, 3RD FL, LEESBURG, VA, 20175
Business Categories: 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: $11,306,767
Exercised Options: $4,181,958
Current Obligation: $4,181,958
Actual Outlays: $303,220
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 693JF723D000002
IDV Type: IDC
Timeline
Start Date: 2025-09-23
Current End Date: 2028-09-22
Potential End Date: 2028-09-22 00:00:00
Last Modified: 2026-03-11
More Contracts from Tbp&jj Worldwide Services LLC
- Facilities Operations and Maintenance Services (foms), Janitorial Services, and Grounds Maintenance — $20.6M (National Aeronautics and Space Administration)
- THE Contractor Shall Provide Management, Supervision, Labor, Materials, Equipment, and Supplies (shipping & Handling) and Shall BE Responsible for the Efficient, Effective, Economical, and Satisfactory Operation, Scheduled and Unscheduled Mainten — $11.6M (Department of Transportation)
- THE Purpose of This Task Order 1 IS to Establish and Maintain a Contractor Program Management Office (PMO) to Support ALL Contractor Activities Under the Campus Maintenance Contract (CMC). the PMO Will Serve AS a Centralized Source of Current and H — $5.4M (Department of Transportation)
Other Department of Transportation Contracts
- Dafis UDO Reconstruct W/O Advance — $3.8B (Lockheed Martin Services, LLC)
- THE Purpose of This Delivery Order Award IS to ADD Funding for FTI Telecommunications Services — $1.9B (Harris Corporation)
- Provide Funding for Clin 302 for Pre-Flight and In-Flight Services. Contract Number Dtfawa-05-C-00031, Lockheed Martin. POP 01/16/08-03/31/08 — $1.9B (Leidos, Inc.)
- Center for Advanced Aviation Development (caasd) Ffrdc Mitre — $1.7B (THE Mitre Corporation)
- Dafis UDO Reconstruct W/O Advance — $1.5B (Harris Corporation)