FAA Awards $191,670 Contract for Snow Removal and Lawn Maintenance at ZMP ARTCC & CCF
Contract Overview
Contract Amount: $191,670 ($191.7K)
Contractor: Summit Custom Landscape Inc.
Awarding Agency: Department of Transportation
Start Date: 2024-07-24
End Date: 2026-03-31
Contract Duration: 615 days
Daily Burn Rate: $312/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PROVIDE SNOW REMOVAL & LAWN MAINTENANCE SERVICES AT ZMP ARTCC & CCF, MN
Place of Performance
Location: FARMINGTON, DAKOTA County, MINNESOTA, 55024
Plain-Language Summary
Department of Transportation obligated $191,670 to SUMMIT CUSTOM LANDSCAPE INC. for work described as: PROVIDE SNOW REMOVAL & LAWN MAINTENANCE SERVICES AT ZMP ARTCC & CCF, MN Key points: 1. Contract awarded to Summit Custom Landscape Inc. for essential facility maintenance. 2. The contract is for a firm-fixed-price, definitive contract spanning over 600 days. 3. Competition was conducted under Simplified Acquisition Procedures (SAP). 4. The services are critical for operational continuity at the ZMP ARTCC & CCF facilities. 5. The contract value is relatively modest for the duration and scope of services.
Value Assessment
Rating: good
The contract value of $191,670 over approximately 20 months suggests a reasonable price for the services. Benchmarking against similar landscaping and snow removal contracts for federal facilities would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under Simplified Acquisition Procedures (SAP), which typically involves a limited number of quotes. While this method can be efficient for smaller procurements, it may not always yield the lowest possible price compared to full and open competition.
Taxpayer Impact: Taxpayer funds are being used for essential facility maintenance, ensuring operational readiness. The SAP competition method aims for a balance between efficiency and cost-effectiveness.
Public Impact
Ensures continuous operation of critical air traffic control facilities by maintaining safe access and grounds. Supports local economy through contract award to a private sector company. Provides essential services that prevent potential disruptions due to weather conditions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition under SAP may not guarantee the best price.
- Potential for price increases if unforeseen circumstances arise during the contract period.
Positive Signals
- Firm-fixed-price contract provides cost certainty.
- Essential services for critical infrastructure.
- Clear contract duration and scope.
Sector Analysis
This contract falls within the general services sector, specifically facility maintenance. Spending benchmarks for landscaping and snow removal services at federal facilities vary widely based on location, size, and specific requirements. This award appears to be a standard procurement for such services.
Small Business Impact
The data does not indicate whether Summit Custom Landscape Inc. is a small business. Further analysis would be needed to determine the impact on small business participation.
Oversight & Accountability
The contract is managed by the Federal Aviation Administration (FAA), a component of the Department of Transportation. Standard oversight procedures for contract performance and payment would apply.
Related Government Programs
- Landscaping Services
- Department of Transportation Contracting
- Federal Aviation Administration Programs
Risk Flags
- Potential for under-competition due to SAP.
- Service quality dependent on contractor performance.
- Weather variability impacting service needs and costs.
- Lack of small business participation data.
Tags
landscaping-services, department-of-transportation, mn, definitive-contract, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $191,670 to SUMMIT CUSTOM LANDSCAPE INC.. PROVIDE SNOW REMOVAL & LAWN MAINTENANCE SERVICES AT ZMP ARTCC & CCF, MN
Who is the contractor on this award?
The obligated recipient is SUMMIT CUSTOM LANDSCAPE INC..
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $191,670.
What is the period of performance?
Start: 2024-07-24. End: 2026-03-31.
What is the specific scope of 'lawn maintenance' and 'snow removal' services required, and how does it compare to industry standards for similar facilities?
The specific scope of services, including frequency of mowing, types of landscaping, snow removal thresholds (e.g., snowfall depth), and response times, is crucial for a thorough value assessment. Comparing these requirements against industry standards for similar-sized air traffic control facilities would reveal if the contracted services are comprehensive and appropriately priced for the expected workload and potential weather events.
What was the basis for selecting Simplified Acquisition Procedures (SAP) over full and open competition for this contract?
The justification for using SAP, typically for procurements under the simplified acquisition threshold ($250,000), needs to be understood. While SAP offers efficiency, it limits the pool of potential bidders. Understanding the agency's rationale, such as urgency or specific market conditions, is key to assessing if the chosen procurement method adequately balanced speed with achieving the best value for taxpayers.
How will the FAA ensure the quality and timeliness of the snow removal and lawn maintenance services throughout the contract period?
The FAA's quality assurance plan is vital for ensuring effective service delivery. This includes defining performance metrics, inspection protocols, and procedures for addressing deficiencies. Robust oversight mechanisms, including regular site visits and performance reviews, will be necessary to confirm that Summit Custom Landscape Inc. consistently meets the contract's requirements and maintains the facilities to the required standards.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Services to Buildings and Dwellings › Landscaping Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 697DCK-24-R-00114
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3282 220TH ST W, FARMINGTON, MN, 55024
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $357,830
Exercised Options: $191,670
Current Obligation: $191,670
Actual Outlays: $134,220
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2024-07-24
Current End Date: 2026-03-31
Potential End Date: 2029-03-31 00:00:00
Last Modified: 2026-04-08
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)