DOT awards $1.3M contract for snow removal services to Apex Signature LLC, emphasizing full and open competition

Contract Overview

Contract Amount: $129,778 ($129.8K)

Contractor: Apex Signature LLC

Awarding Agency: Department of Transportation

Start Date: 2024-07-29

End Date: 2026-04-30

Contract Duration: 640 days

Daily Burn Rate: $203/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 7

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: SNOW REMOVAL SERVICE FOR ROCHESTER ATCT & BUFFALO ATCT.

Place of Performance

Location: WILLINGBORO, BURLINGTON County, NEW JERSEY, 08046

State: New Jersey Government Spending

Plain-Language Summary

Department of Transportation obligated $129,778.49 to APEX SIGNATURE LLC for work described as: SNOW REMOVAL SERVICE FOR ROCHESTER ATCT & BUFFALO ATCT. Key points: 1. The contract value of $1.3M for snow removal services appears reasonable for a multi-year duration covering two critical air traffic control facilities. 2. Full and open competition was utilized, suggesting a robust process for selecting the contractor and potentially achieving competitive pricing. 3. The contract is a definitive contract with a firm fixed price, indicating clear cost expectations and limited risk of cost overruns for the government. 4. Performance is expected over approximately 21 months, providing a defined period for service delivery and evaluation. 5. The contractor, Apex Signature LLC, is based in New Jersey, suggesting a focus on regional service delivery for the specified facilities. 6. The North American Industry Classification System (NAICS) code 561790 indicates 'Other Services to Buildings and Dwellings,' aligning with the snow removal service requirement.

Value Assessment

Rating: good

The contract value of $1.3 million for snow removal services over approximately 21 months for two Air Traffic Control Towers (ATCTs) seems within a reasonable range for such essential services. Benchmarking against similar contracts for facilities maintenance and specialized services at government installations would provide a more precise value-for-money assessment. The firm fixed-price structure helps control costs and provides predictability for the Department of Transportation.

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,' which indicates that the solicitation was broadly advertised, and all responsible sources were permitted to submit offers. The presence of 7 bidders suggests a healthy level of competition, which is generally favorable for price discovery and ensuring the government receives competitive proposals.

Taxpayer Impact: The competitive nature of this award is beneficial for taxpayers as it likely drove down the final contract price through multiple bids, ensuring that federal funds are used efficiently for essential services.

Public Impact

The primary beneficiaries are the Federal Aviation Administration (FAA) and the Department of Transportation, ensuring the continued safe and efficient operation of the Rochester ATCT and Buffalo ATCT. The service delivered is critical snow and ice removal, essential for maintaining operational readiness of air traffic control facilities during winter months. The geographic impact is localized to the areas surrounding the Rochester ATCT and Buffalo ATCT in New York. This contract supports the operational workforce at these facilities by ensuring access and safety during inclement weather.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader facilities support services sector, specifically focusing on specialized maintenance like snow removal. The market for such services is typically regional, with numerous providers capable of fulfilling these needs. The value of this contract, approximately $1.3 million over 21 months, is moderate within the context of government contracting for operational support services. Comparable spending benchmarks would likely be found in contracts for grounds maintenance and emergency preparedness services at federal facilities.

Small Business Impact

The data indicates that small business participation was not a specific set-aside for this contract, as the 'sb' field is false. There is no explicit mention of subcontracting goals for small businesses within the provided data. Further analysis would be needed to determine if Apex Signature LLC has a history of subcontracting with small businesses or if any small business participation was achieved through the competitive bidding process.

Oversight & Accountability

Oversight for this contract would typically fall under the Federal Aviation Administration (FAA), a division of the Department of Transportation. Accountability measures are inherent in the firm fixed-price contract type, which obligates the contractor to perform the specified services within the agreed-upon price. Transparency is generally maintained through federal contract databases where award details are published. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

facilities-support, snow-removal, department-of-transportation, federal-aviation-administration, definitive-contract, firm-fixed-price, full-and-open-competition, new-jersey, air-traffic-control, winter-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $129,778.49 to APEX SIGNATURE LLC. SNOW REMOVAL SERVICE FOR ROCHESTER ATCT & BUFFALO ATCT.

Who is the contractor on this award?

The obligated recipient is APEX SIGNATURE LLC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $129,778.49.

What is the period of performance?

Start: 2024-07-29. End: 2026-04-30.

What is Apex Signature LLC's track record with the federal government, particularly for similar snow removal or facilities maintenance contracts?

A review of federal procurement databases would be necessary to fully assess Apex Signature LLC's track record. Information such as past performance ratings on similar contracts, any history of contract disputes or terminations, and the volume and type of previous federal awards would provide crucial context. Without this specific data, it is difficult to definitively assess their reliability and past performance in delivering services to government entities. However, the award of this contract suggests they met the minimum qualifications and were deemed capable by the contracting agency.

How does the awarded price of $1.3 million compare to market rates for similar snow removal services in the Rochester and Buffalo, NY regions?

To benchmark the $1.3 million award, one would need to gather data on prevailing market rates for commercial snow removal services in the specific geographic areas of Rochester and Buffalo, NY, for facilities of comparable size and operational criticality. This would involve researching pricing structures of private snow removal companies, considering factors like service level agreements, frequency of service, and the scope of areas to be cleared (e.g., runways, access roads, parking lots). The firm fixed-price nature of the contract suggests the government sought to lock in costs, but a detailed market analysis is required to confirm if the price represents excellent value for money compared to commercial alternatives.

What are the specific performance metrics and service level agreements (SLAs) included in this contract to ensure adequate snow removal?

The provided data does not detail the specific performance metrics or Service Level Agreements (SLAs) for this snow removal contract. Typically, such contracts would outline response times for snow events, required clearing depths, standards for ice control, and operational hours for service. The Federal Aviation Administration (FAA) would likely have stringent requirements to ensure the continuous operation of the Air Traffic Control Towers (ATCTs). Performance would be monitored by a Contracting Officer's Representative (COR), and failure to meet SLAs could result in penalties or contract remedies.

What is the historical spending pattern for snow removal services at the Rochester ATCT and Buffalo ATCT, and how does this award compare?

Historical spending data for snow removal at these specific Air Traffic Control Towers (ATCTs) is not provided. To assess this, one would need to examine past contracts awarded by the FAA for similar services at these locations over previous years. Comparing the current $1.3 million award over its 21-month duration to the aggregate spending in prior periods would reveal trends in cost, contract duration, and potentially changes in service scope or provider. This comparison is crucial for understanding if current spending represents an increase, decrease, or stable level of investment in these essential winter services.

Are there any identified risks associated with the contractor, Apex Signature LLC, or the nature of snow removal services that could impact service delivery?

Potential risks associated with this contract include the contractor's capacity to respond effectively during severe or prolonged winter weather events, which could strain resources. There's also the inherent risk of equipment failure or personnel shortages impacting timely service. Furthermore, the reliance on a single contractor for a critical function introduces a risk if performance issues arise. While the firm fixed-price contract mitigates cost risk for the government, operational risks related to service delivery continuity remain and would need to be managed through vigilant oversight and clear communication with Apex Signature LLC.

Industry Classification

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

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 697DCK-24-R-00363

Offers Received: 7

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2 CLUB HOUSE DR, WILLINGBORO, NJ, 08046

Business Categories: Black American Owned Business, Category Business, Minority Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $338,199

Exercised Options: $193,778

Current Obligation: $129,778

Actual Outlays: $96,739

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2024-07-29

Current End Date: 2026-04-30

Potential End Date: 2029-09-30 00:00:00

Last Modified: 2026-04-08

More Contracts from Apex Signature LLC

View all Apex Signature LLC federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending