X-Clean Corp awarded $2.6M for janitorial services across multiple FAA facilities in Hawaii

Contract Overview

Contract Amount: $2,619,217 ($2.6M)

Contractor: X-Clean Corp

Awarding Agency: Department of Transportation

Start Date: 2019-04-24

End Date: 2026-02-18

Contract Duration: 2,492 days

Daily Burn Rate: $1.1K/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 8

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: BASE YEAR FOR JANITORIAL SERVICES AT FAA PMT HANGAR, HONOLULU CONTROL FACILITY, MOLOKAI TOWER&KAUAI SSC. MOLOKAI TOWER- $1,700 A MONTH FOR BASE + 4 YEARS KAUAI SSC- $900 A MONTH FOR BASE + 4 YEARS FAA PMT HANGAR - $4,250 A MONTH FOR BASE + 4 YEARS HONOLULU CONTROL FACILITY - $13,200 A MONTH FOR BASE + 4 YEARS

Place of Performance

Location: HONOLULU, HONOLULU County, HAWAII, 96818

State: Hawaii Government Spending

Plain-Language Summary

Department of Transportation obligated $2.6 million to X-CLEAN CORP for work described as: BASE YEAR FOR JANITORIAL SERVICES AT FAA PMT HANGAR, HONOLULU CONTROL FACILITY, MOLOKAI TOWER&KAUAI SSC. MOLOKAI TOWER- $1,700 A MONTH FOR BASE + 4 YEARS KAUAI SSC- $900 A MONTH FOR BASE + 4 YEARS FAA PMT HANGAR - $4,250 A MONTH FOR BASE + 4 YEARS HONOLULU CONTROL FACILITY - $13,… Key points: 1. Contract value appears reasonable given the scope of services across four distinct locations. 2. Competition was utilized, suggesting potential for price discovery and value for taxpayer funds. 3. Performance risk is moderate, with a fixed-price structure and a multi-year duration. 4. The contract supports essential facility maintenance for critical aviation infrastructure. 5. This falls within the broader category of facility support services for government operations.

Value Assessment

Rating: good

The total contract value of approximately $2.6 million over its potential duration appears to be a fair assessment for janitorial services across multiple FAA facilities. The monthly rates for each location, ranging from $900 to $13,200, seem to align with the scale and complexity of maintaining airport facilities. Benchmarking against similar government janitorial contracts in Hawaii would provide a more precise value-for-money assessment, but the pricing structure does not immediately raise significant concerns.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was competed under Simplified Acquisition Procedures (SAP), indicating a competitive process was employed for awards under $250,000. While the total value exceeds this threshold, the initial procurement likely involved soliciting offers from multiple responsible sources. The presence of 8 bids suggests a healthy level of competition, which typically drives down prices and ensures a fair market rate is achieved.

Taxpayer Impact: The competitive bidding process for this contract is beneficial for taxpayers as it likely resulted in a more cost-effective solution compared to a sole-source award.

Public Impact

The primary beneficiaries are the Federal Aviation Administration (FAA) and its personnel, who will work in clean and well-maintained facilities. Essential janitorial and cleaning services will be delivered to the Honolulu Control Facility, FAA PMT Hangar, Molokai Tower, and Kauai SSC. The geographic impact is concentrated within Hawaii, specifically supporting operations at these key aviation sites. The contract supports local employment through the contractor, X-Clean Corp, contributing to the Hawaii economy.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The janitorial services sector for government facilities is a significant component of the broader facility support services market. This contract represents a small but essential part of the Federal Aviation Administration's operational budget, ensuring the upkeep of critical infrastructure. Comparable spending benchmarks for janitorial services at federal facilities vary widely based on size, location, and specific service requirements, but this contract's value appears within a reasonable range for the services provided.

Small Business Impact

The provided data does not indicate if this contract included small business set-asides or subcontracting requirements. Further analysis would be needed to determine the extent of small business participation and its impact on the local small business ecosystem in Hawaii.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer's representative (COR) within the Federal Aviation Administration. Performance monitoring, quality control, and invoice verification are standard oversight mechanisms. Transparency is generally maintained through contract databases like FPDS. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

janitorial-services, facility-support, federal-aviation-administration, department-of-transportation, hawaii, competed, definitive-contract, firm-fixed-price, simplified-acquisition-procedures, small-business-not-applicable

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $2.6 million to X-CLEAN CORP. BASE YEAR FOR JANITORIAL SERVICES AT FAA PMT HANGAR, HONOLULU CONTROL FACILITY, MOLOKAI TOWER&KAUAI SSC. MOLOKAI TOWER- $1,700 A MONTH FOR BASE + 4 YEARS KAUAI SSC- $900 A MONTH FOR BASE + 4 YEARS FAA PMT HANGAR - $4,250 A MONTH FOR BASE + 4 YEARS HONOLULU CONTROL FACILITY - $13,200 A MONTH FOR BASE + 4 YEARS

Who is the contractor on this award?

The obligated recipient is X-CLEAN CORP.

Which agency awarded this contract?

Awarding agency: Department of Transportation (Federal Aviation Administration).

What is the total obligated amount?

The obligated amount is $2.6 million.

What is the period of performance?

Start: 2019-04-24. End: 2026-02-18.

What is the historical spending pattern for janitorial services at these specific FAA facilities?

Analyzing historical spending for janitorial services at the Honolulu Control Facility, FAA PMT Hangar, Molokai Tower, and Kauai SSC would provide crucial context for the current $2.6 million award. Without prior data, it's difficult to ascertain if this represents an increase, decrease, or stable level of expenditure. Examining past contract values, durations, and awarded contractors for these locations would reveal trends in service costs and contractor performance. This historical perspective is vital for assessing whether the current contract offers improved value or reflects changing operational needs and market conditions. For instance, a significant increase in spending might warrant investigation into expanded service requirements or inflationary pressures, while a decrease could indicate greater efficiency or reduced facility usage.

How does the per-square-foot cleaning cost compare to industry benchmarks for similar government facilities?

To assess the value-for-money of this contract, a comparison of the per-square-foot cleaning cost against industry benchmarks for similar government facilities is essential. This requires obtaining the total square footage of all serviced facilities and dividing the total contract value (or annual value) by this figure. Subsequently, this rate would be compared to data from industry reports or government databases that track janitorial service costs per square foot for facilities of comparable size, type (e.g., airport operations, administrative offices), and geographic location. If the calculated rate is significantly higher than benchmarks, it could indicate potential overpricing or a need for renegotiation. Conversely, a rate below benchmarks might suggest exceptional value or potentially insufficient service scope, requiring further scrutiny.

What is X-Clean Corp's track record with federal government contracts, particularly for janitorial services?

Evaluating X-Clean Corp's past performance on federal contracts is critical for understanding the risk associated with this award. A review of their contract history, including awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any past disputes or terminations, would provide insight into their reliability and quality of service. Specifically, looking for experience with similar-sized contracts, other FAA facilities, or contracts in Hawaii would be most relevant. A history of successful contract completion and positive performance reviews suggests a lower risk profile, while a pattern of issues could signal potential problems. This due diligence helps ensure the government is awarding contracts to responsible and capable vendors.

Are there any specific performance metrics or service level agreements (SLAs) outlined in the contract?

The presence and stringency of specific performance metrics and Service Level Agreements (SLAs) are key indicators of contract quality and oversight. This contract likely includes detailed requirements for cleaning frequency, types of cleaning, and quality standards. Examining these SLAs would reveal how the FAA intends to measure and ensure satisfactory performance from X-Clean Corp. For example, metrics might include response times for reported issues, cleanliness inspection scores, or adherence to specific safety protocols. Robust SLAs, coupled with a clear process for addressing deficiencies and potential penalties for non-performance, strengthen accountability and help guarantee that the government receives the services it is paying for, thereby maximizing taxpayer value.

What is the potential impact of the contract duration (up to 2026) on future pricing and service availability?

The contract's duration, extending to February 2026, has implications for future pricing and service availability. A longer-term contract can provide stability and predictability for both the government and the contractor, potentially leading to more favorable pricing due to economies of scale and reduced administrative costs associated with frequent re-procurement. However, it also locks in current pricing, which might become disadvantageous if market rates for janitorial services decrease significantly over the contract period. Furthermore, it limits the government's flexibility to adopt new technologies or service providers that might emerge. Assessing whether the current pricing remains competitive throughout the duration and considering potential future needs are important considerations.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesServices to Buildings and DwellingsJanitorial Services

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Solicitation ID: 697DCK-19-R-00080

Offers Received: 8

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 12812 SW 259TH ST, HOMESTEAD, FL, 33032

Business Categories: Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Hispanic American Owned Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $2,743,164

Exercised Options: $2,619,217

Current Obligation: $2,619,217

Actual Outlays: $2,579,202

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2019-04-24

Current End Date: 2026-02-18

Potential End Date: 2026-02-18 00:00:00

Last Modified: 2026-02-18

More Contracts from X-Clean Corp

View all X-Clean Corp federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending