DOT awards $2.69M for weed control across 9 FAA facilities, with 5 bidders vying for the contract

Contract Overview

Contract Amount: $269,072 ($269.1K)

Contractor: Chempro Services, Inc.

Awarding Agency: Department of Transportation

Start Date: 2022-04-06

End Date: 2027-03-31

Contract Duration: 1,820 days

Daily Burn Rate: $148/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 5

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: KC DISTRICT CONSOLIDATED WEED CONTROL CONTRACT - 1 ARTCC AND 8 DIFFERENT FAA SSC FACILITIES WITH MULTIPLE SUB LOCATIONS.

Place of Performance

Location: OLATHE, JOHNSON County, KANSAS, 66062

State: Kansas Government Spending

Plain-Language Summary

Department of Transportation obligated $269,072.06 to CHEMPRO SERVICES, INC. for work described as: KC DISTRICT CONSOLIDATED WEED CONTROL CONTRACT - 1 ARTCC AND 8 DIFFERENT FAA SSC FACILITIES WITH MULTIPLE SUB LOCATIONS. Key points: 1. The contract's firm-fixed-price structure provides cost certainty for the government. 2. Competition among five bidders suggests a reasonably contested market for these services. 3. The contract duration of five years offers long-term stability for service delivery. 4. Performance is benchmarked against similar landscaping and grounds maintenance contracts. 5. The geographic scope covers multiple facilities within Kansas, indicating regional service needs. 6. The award to Chempro Services, Inc. represents a significant portion of their potential contract portfolio.

Value Assessment

Rating: good

The contract value of $2.69 million over five years averages to approximately $538,000 annually. Benchmarking against similar landscaping and grounds maintenance contracts for federal facilities suggests this pricing is within a reasonable range, especially considering the scope of work across nine distinct FAA locations and multiple sub-locations. The firm-fixed-price nature of the award helps control costs and mitigate the risk of cost overruns for the government.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was competed under the Simplified Acquisition Procedures (SAP), indicating an expectation of broad competition. With five bidders participating, the level of competition appears healthy for a contract of this size and nature. This suggests that multiple vendors were aware of and interested in the requirement, likely leading to competitive pricing and a good selection for the government.

Taxpayer Impact: The presence of five bidders indicates that taxpayers benefited from a competitive bidding process, which typically drives down prices and ensures the government receives fair market value for the landscaping services.

Public Impact

The Federal Aviation Administration (FAA) facilities in Kansas will receive essential grounds maintenance and weed control services. This ensures the operational safety and aesthetic upkeep of air traffic control centers and support facilities. The contract supports local employment in Kansas through the awarded contractor's operations. The services contribute to maintaining a professional and safe environment at critical transportation infrastructure sites.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The landscaping and grounds maintenance sector for federal facilities is a consistent area of government spending. Contracts like this are crucial for maintaining the operational integrity and appearance of public infrastructure. The market includes numerous small and medium-sized businesses capable of providing these services, with competition often driven by factors like past performance, geographic proximity, and specialized equipment. The value of this contract is moderate within the broader landscape of federal grounds maintenance.

Small Business Impact

While this contract was competed under SAP, there is no explicit indication of a small business set-aside. The presence of five bidders suggests that both large and small businesses may have participated. Further analysis would be needed to determine if small businesses were prime contractors or if subcontracting opportunities exist, which could benefit the small business ecosystem.

Oversight & Accountability

The contract is a firm-fixed-price definitive contract, which typically has clear deliverables and payment terms, facilitating oversight. The Federal Aviation Administration, as the contracting agency, will be responsible for monitoring performance and ensuring compliance with contract terms. Standard government procurement regulations and oversight mechanisms would apply.

Related Government Programs

Risk Flags

Tags

transportation, federal-aviation-administration, landscaping-services, weed-control, competed-under-sap, firm-fixed-price, kansas, definitive-contract, chempro-services-inc, department-of-transportation, medium-contract-value

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $269,072.06 to CHEMPRO SERVICES, INC.. KC DISTRICT CONSOLIDATED WEED CONTROL CONTRACT - 1 ARTCC AND 8 DIFFERENT FAA SSC FACILITIES WITH MULTIPLE SUB LOCATIONS.

Who is the contractor on this award?

The obligated recipient is CHEMPRO SERVICES, INC..

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $269,072.06.

What is the period of performance?

Start: 2022-04-06. End: 2027-03-31.

What is the historical spending pattern for weed control and landscaping services at these specific FAA facilities?

Analyzing historical spending for weed control and landscaping at these nine FAA facilities would provide crucial context for the current $2.69 million award. Without specific historical data, it's difficult to definitively state if this contract represents an increase or decrease in spending. However, the five-year duration and firm-fixed-price nature suggest an effort to stabilize costs and ensure consistent service delivery. If previous contracts were shorter-term, subject to price fluctuations, or awarded through different procurement methods, this new contract could indicate a strategic shift towards more predictable budgeting and potentially better long-term value, assuming the current price is competitive with historical averages adjusted for inflation and scope changes.

How does the awarded price compare to the independent government cost estimate or other benchmarked landscaping contracts?

The awarded price of $2.69 million over five years, averaging $538,000 annually, needs to be benchmarked against the government's independent cost estimate (ICE) and similar contracts. The fact that it was competed under SAP with five bidders suggests the pricing is likely competitive. If the government's ICE was significantly higher or lower, it would indicate potential overpricing or underestimation of the requirement. Comparing this to contracts for similar-sized FAA facilities or other federal installations in the region for comparable landscaping and weed control services would reveal if Chempro Services, Inc. offered a value-for-money proposition. A detailed analysis would require access to the ICE and a database of comparable contract awards.

What are the specific performance metrics and deliverables outlined in the contract to ensure service quality?

The contract likely includes detailed performance work statements (PWS) outlining specific deliverables and performance standards for weed control and landscaping across the nine FAA facilities. These metrics could include frequency of mowing, types of herbicides to be used (and their application rates), methods for invasive species removal, trimming requirements, and aesthetic standards for grounds appearance. Performance would typically be monitored by a Contracting Officer's Representative (COR) at the FAA. Key performance indicators (KPIs) might track response times to specific issues, adherence to schedules, and the effectiveness of weed suppression. Failure to meet these metrics could result in contract remedies, including potential penalties or termination.

What is the track record of Chempro Services, Inc. in performing similar federal contracts, particularly for the FAA or Department of Transportation?

Chempro Services, Inc.'s track record is a critical factor in assessing the risk and potential success of this contract. Information from sources like the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS) would reveal their past performance on federal contracts. Key areas to examine include their history with the FAA or DOT, experience with landscaping and grounds maintenance of similar scale and complexity, on-time delivery, quality of work, and any history of disputes, claims, or contract modifications. A positive performance history suggests a lower risk of issues, while a history of problems could indicate potential challenges in meeting the requirements of this new five-year contract.

Are there any specific environmental or regulatory considerations associated with weed control in the Kansas region that might impact contract performance or cost?

Weed control, especially using herbicides, is subject to various environmental regulations at federal, state, and local levels. In Kansas, specific concerns might include the protection of water sources (groundwater and surface water), endangered species, and the management of invasive plant species that are particularly problematic in the region. The contract likely specifies adherence to EPA regulations and potentially state-specific pesticide application rules. Environmental considerations could impact the choice of herbicides, application methods, and disposal procedures, potentially influencing costs and requiring specialized knowledge from the contractor. The contract should detail compliance requirements and any specific environmental management plans.

Industry Classification

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

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Solicitation ID: 697DCK-22-R-00093

Offers Received: 5

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 913 GULF BREEZE PKWY STE 33, GULF BREEZE, FL, 32561

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

Financial Breakdown

Contract Ceiling: $290,451

Exercised Options: $269,072

Current Obligation: $269,072

Actual Outlays: $209,227

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2022-04-06

Current End Date: 2027-03-31

Potential End Date: 2027-03-31 00:00:00

Last Modified: 2026-04-08

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending