Transportation awards $294K for facility maintenance, highlighting a need for ongoing operational support
Contract Overview
Contract Amount: $294,493 ($294.5K)
Contractor: Innovative Consulting & Management Services, LLC
Awarding Agency: Department of Transportation
Start Date: 2023-09-07
End Date: 2026-09-07
Contract Duration: 1,096 days
Daily Burn Rate: $269/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FACILITY MAINTENANCE SERVICES
Place of Performance
Location: DERWOOD, MONTGOMERY County, MARYLAND, 20855
State: Maryland Government Spending
Plain-Language Summary
Department of Transportation obligated $294,492.63 to INNOVATIVE CONSULTING & MANAGEMENT SERVICES, LLC for work described as: FACILITY MAINTENANCE SERVICES Key points: 1. Contract value appears moderate for facility maintenance services, suggesting a focus on specific operational needs rather than large-scale infrastructure projects. 2. The contract was awarded through full and open competition, indicating a healthy market for these services and potential for competitive pricing. 3. Risk indicators are low, with a firm fixed-price contract type and a clear performance period, suggesting predictable costs and deliverables. 4. This contract supports the Federal Aviation Administration's operational readiness by ensuring facilities are maintained. 5. The services fall within the broader Facilities Support Services sector, a critical component of government operations.
Value Assessment
Rating: good
The contract value of approximately $294K for facility maintenance over three years is modest. Benchmarking against similar contracts for facility maintenance services at federal agencies of this size and scope would be necessary for a precise value-for-money assessment. However, the firm fixed-price structure suggests that the government has locked in costs, which is generally favorable. The absence of significant modifications or change orders in the initial data points to a stable execution.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' which is a specific type of full and open competition. This indicates that the solicitation was made broadly available, but certain sources were excluded for specific reasons, potentially related to security or specialized capabilities. The presence of multiple bidders in such a scenario would typically drive competitive pricing and ensure a fair market value. The specific details of the exclusion would be crucial for a complete understanding of the competition dynamics.
Taxpayer Impact: Taxpayers benefit from a competitive bidding process that aims to secure the best possible price for the required services. While some sources were excluded, the 'full and open' nature suggests a broad initial reach, promoting efficiency.
Public Impact
The Federal Aviation Administration (FAA) is the primary beneficiary, ensuring its facilities are operational and well-maintained. Services include general facility maintenance, contributing to the safe and efficient operation of aviation infrastructure. The contract's geographic impact is focused on the location of the FAA facilities managed by INNOVATIVE CONSULTING & MANAGEMENT SERVICES, LLC in Maryland. Workforce implications include the creation or sustainment of jobs for maintenance personnel employed by the contractor.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition if the exclusion of sources was overly restrictive.
- Dependence on a single contractor for critical facility upkeep could pose a risk if performance falters.
Positive Signals
- Firm fixed-price contract provides cost certainty.
- Clear performance period (3 years) allows for consistent service delivery.
- Awarded through a competitive process, suggesting a reasonable price was obtained.
Sector Analysis
Facility maintenance services represent a significant segment within the broader facilities support industry. This sector encompasses a wide range of activities, from routine upkeep to specialized repairs. Government contracts for facility maintenance are common across various agencies, reflecting the extensive real estate holdings of the federal government. Benchmarking this contract's value against the overall federal spending on facilities management would place it as a relatively small, specialized award, likely supporting a specific operational unit or location.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). INNOVATIVE CONSULTING & MANAGEMENT SERVICES, LLC, as the prime contractor, may or may not be a small business itself. Further analysis would be needed to determine if subcontracting opportunities exist for small businesses within this contract, which could contribute to the small business ecosystem.
Oversight & Accountability
Oversight for this contract would typically be managed by the Federal Aviation Administration's contracting officers and program managers. Accountability measures are embedded in the firm fixed-price contract terms, requiring the contractor to deliver specified services within the agreed-upon budget and timeframe. Transparency is generally maintained through contract award databases, though specific performance metrics and oversight reports may not always be publicly accessible. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Federal Aviation Administration Operations Support
- Government Facilities Management Contracts
- General Services Administration (GSA) Schedules for Facilities Maintenance
- Department of Transportation Agency Support Services
Risk Flags
- Potential for limited competition due to source exclusion.
- Contractor performance risk.
- Dependence on specific maintenance expertise.
Tags
facility-maintenance, transportation, faa, maryland, firm-fixed-price, delivery-order, full-and-open-competition, facilities-support-services, operational-support, innovative-consulting-management-services-llc
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $294,492.63 to INNOVATIVE CONSULTING & MANAGEMENT SERVICES, LLC. FACILITY MAINTENANCE SERVICES
Who is the contractor on this award?
The obligated recipient is INNOVATIVE CONSULTING & MANAGEMENT SERVICES, LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $294,492.63.
What is the period of performance?
Start: 2023-09-07. End: 2026-09-07.
What is the track record of INNOVATIVE CONSULTING & MANAGEMENT SERVICES, LLC with federal contracts, particularly in facility maintenance?
A review of federal contract databases would be necessary to fully assess the track record of INNOVATIVE CONSULTING & MANAGEMENT SERVICES, LLC. Key metrics to examine would include the number of previous federal awards, the total value of contracts held, performance ratings on past contracts (if available), and any history of contract disputes or terminations. Understanding their experience with similar facility maintenance tasks for agencies like the FAA would provide insight into their capability and reliability. Without specific historical data, it's difficult to definitively assess their track record beyond this single award.
How does the pricing of this contract compare to similar facility maintenance contracts awarded by the FAA or other federal agencies?
To benchmark the pricing, one would need to compare the per-year cost or the cost per square foot (if facility size is known) of this contract against similar facility maintenance contracts. This involves identifying comparable contracts awarded around the same time period, with similar scopes of work, and for agencies with comparable operational needs. Factors such as geographic location (labor costs vary significantly), specific services included (e.g., HVAC, janitorial, groundskeeping), and contract duration also influence pricing. A preliminary assessment suggests the $294K over three years is moderate, but a detailed comparison is required for a definitive value assessment.
What are the primary risks associated with this facility maintenance contract, and how are they being mitigated?
The primary risks include potential underperformance by the contractor leading to facility issues, cost overruns if the fixed-price model is insufficient for unforeseen circumstances (though less likely with FFP), and potential disruptions if the contractor faces financial or operational difficulties. Mitigation strategies include the firm fixed-price structure which incentivizes contractor efficiency, clear performance standards and deliverables outlined in the contract, and the FAA's oversight mechanisms. The relatively short duration (3 years) also limits long-term exposure to contractor performance risk. The 'exclusion of sources' aspect of the competition could also introduce a risk if it unduly limited the pool of qualified bidders.
How effective is this contract in ensuring the operational readiness and safety of FAA facilities?
The effectiveness of this contract is directly tied to the contractor's performance in executing the maintenance tasks as specified. Assuming INNOVATIVE CONSULTING & MANAGEMENT SERVICES, LLC meets its contractual obligations, the contract should contribute positively to operational readiness by preventing equipment failures, maintaining a safe environment, and ensuring facilities are functional. The FAA's oversight and performance monitoring are crucial for ensuring effectiveness. Without performance data or incident reports related to facility maintenance failures, it's presumed to be effective, but ongoing monitoring is key.
What are the historical spending patterns for facility maintenance services by the Federal Aviation Administration?
Analyzing historical spending patterns for FAA facility maintenance would involve examining contract data over several fiscal years. This would reveal trends in total spending, the average contract value, the types of services most frequently procured, and the primary contracting vehicles used (e.g., GSA schedules, full and open competition). Understanding these patterns helps contextualize the current $294K award, indicating whether it represents a typical expenditure or an outlier. It also informs budgeting and strategic planning for future facility support needs.
What is the significance of the 'Exclusion of Sources' clause in this 'Full and Open Competition' award?
The 'Full and Open Competition After Exclusion of Sources' designation suggests that while the solicitation was broadly advertised, certain potential offerors were intentionally excluded from bidding. This exclusion must be justified by the agency, often for reasons such as national security, proprietary information, or specific technical requirements that only a limited number of entities can meet. The significance lies in understanding *why* sources were excluded; if the exclusion was overly broad or poorly justified, it could indicate a less competitive environment than 'true' full and open competition, potentially impacting price discovery and value for taxpayers. Conversely, if justified, it ensures the contract goes to a highly qualified, albeit limited, set of providers.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: LEASE/RENT FACILITIES › LEASE/RENTAL OF 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: 7361 CALHOUN PLACE, ROCKVILLE, MD, 20855
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Hispanic American Owned Business, HUBZone Firm, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $294,493
Exercised Options: $294,493
Current Obligation: $294,493
Actual Outlays: $150,469
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 693KA922D00007
IDV Type: IDC
Timeline
Start Date: 2023-09-07
Current End Date: 2026-09-07
Potential End Date: 2026-09-07 00:00:00
Last Modified: 2026-04-10
More Contracts from Innovative Consulting & Management Services, LLC
- Initial Award of Administrative, Logistical, Custodial and Facility Support Services for the Vaccine Research Center Contract. POP 9/1/2020-8/31/2021 — $26.2M (Department of Health and Human Services)
- Facility Management — $23.4M (Department of Health and Human Services)
- Krome Operations and Maintenance Services — $16.6M (Department of Homeland Security)
- Program Depot Maintenance Support Services - Option Period ONE — $5.6M (Department of Homeland Security)
- Base Year Call Order to Fund Custodial, Grounds, Trash & Related Services for LOS Angeles Federal Building AT 300 N LOS Angeles Street, LOS Angeles, CA 90012-9997 and Social Security Administration, 6303 Rugby Avenue, Huntington Park, CA 90255-4022 — $4.7M (General Services Administration)
View all Innovative Consulting & Management Services, LLC federal contracts →
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)