Janitorial services contract for Miami ARTCC and Child Care Center awarded to International Support Group LLC for $177,066.33

Contract Overview

Contract Amount: $177,066 ($177.1K)

Contractor: International Support Group LLC

Awarding Agency: Department of Transportation

Start Date: 2026-03-18

End Date: 2026-06-30

Contract Duration: 104 days

Daily Burn Rate: $1.7K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: JANITORIAL SERVICES FOR MIAMI ARTCC AND CHILD CARE CENTER

Place of Performance

Location: DORAL, MIAMI-DADE County, FLORIDA, 33166

State: Florida Government Spending

Plain-Language Summary

Department of Transportation obligated $177,066.33 to INTERNATIONAL SUPPORT GROUP LLC for work described as: JANITORIAL SERVICES FOR MIAMI ARTCC AND CHILD CARE CENTER Key points: 1. The contract value of $177,066.33 for janitorial services appears reasonable for a period of approximately 3 months. 2. The contract was not competed, raising questions about potential price discovery and value for money. 3. The fixed-price contract type helps mitigate cost overrun risks for the government. 4. Performance is tied to specific facilities: Miami Air Route Traffic Control Center and a Child Care Center. 5. The award to International Support Group LLC positions them as a key provider for these specific FAA facilities. 6. The duration of the contract is relatively short, suggesting a potential for re-competition or extension based on performance.

Value Assessment

Rating: fair

The contract value of $177,066.33 for approximately 3 months of janitorial services seems within a reasonable range for the scope of work. However, without specific details on the square footage, frequency of service, and specific tasks required, a precise benchmark is difficult. Comparing it to similar janitorial contracts for federal facilities of comparable size and complexity would provide a clearer picture of value for money. The lack of competition makes it harder to assess if the pricing is truly competitive.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed, indicating a sole-source award. The specific reasons for this determination are not provided in the data. A sole-source award means that only one vendor was considered, which can limit price negotiation and potentially lead to higher costs compared to a fully competed contract. The absence of multiple bids means there was no direct comparison of offerings or pricing from different providers.

Taxpayer Impact: For taxpayers, a sole-source award means there's a reduced likelihood of achieving the best possible price through competitive bidding. This could result in a less efficient use of public funds if alternative, more cost-effective providers were available.

Public Impact

The primary beneficiaries are the Federal Aviation Administration (FAA) personnel and users of the Miami Air Route Traffic Control Center (ARTCC) and the associated Child Care Center, who will receive clean and maintained facilities. The services delivered include janitorial and cleaning tasks essential for maintaining a safe, healthy, and professional working environment. The geographic impact is localized to the Miami, Florida area, specifically at the facilities managed by the FAA. The contract supports a small number of jobs related to janitorial services, likely employed by International Support Group LLC.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The janitorial services sector is a mature and competitive market, with numerous small and large businesses offering these services. Federal contracts for janitorial services are common across various agencies and facilities. The market size for federal janitorial contracts is substantial, driven by the need to maintain thousands of government buildings nationwide. This specific contract fits within the broader category of facility support services, which is a significant segment of the government contracting landscape.

Small Business Impact

This contract was not awarded as a small business set-aside, nor does it indicate any specific subcontracting requirements for small businesses. The award to International Support Group LLC, without further information on their size, means the direct impact on the small business ecosystem is unclear. If International Support Group LLC is a large business, there may be missed opportunities for small businesses to compete for this work.

Oversight & Accountability

Oversight for this contract would primarily fall under the Federal Aviation Administration (FAA). As a purchase order with a fixed-price structure, the primary accountability measure is the contractor's adherence to the defined scope of work and service level agreements. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

janitorial-services, department-of-transportation, federal-aviation-administration, purchase-order, firm-fixed-price, sole-source, florida, facility-support, artcc, child-care-center

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $177,066.33 to INTERNATIONAL SUPPORT GROUP LLC. JANITORIAL SERVICES FOR MIAMI ARTCC AND CHILD CARE CENTER

Who is the contractor on this award?

The obligated recipient is INTERNATIONAL SUPPORT GROUP LLC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $177,066.33.

What is the period of performance?

Start: 2026-03-18. End: 2026-06-30.

What is the specific justification for awarding this janitorial services contract on a sole-source basis?

The provided data indicates the contract was 'NOT COMPETED,' which is synonymous with a sole-source award. However, the specific justification for this determination is not detailed. Typically, sole-source awards are made when only one responsible source is available or capable of meeting the agency's needs, or in cases of urgent and compelling need. Without further documentation from the Federal Aviation Administration (FAA), it is impossible to ascertain the precise reason. This lack of competition limits the government's ability to explore potentially more cost-effective options or a wider range of service providers, which could impact the overall value for taxpayer dollars.

How does the contract value of $177,066.33 compare to similar janitorial services contracts for federal facilities?

Benchmarking this contract's value requires more granular data, such as the square footage of the facilities, the frequency and scope of cleaning services, and the specific labor rates involved. However, for a contract spanning approximately 3 months (March 18, 2026, to June 30, 2026), $177,066.33 represents a significant monthly expenditure. Typical federal janitorial contracts can range widely, from tens of thousands to millions of dollars annually, depending on facility size and complexity. Given this is for two specific FAA facilities in Miami, the cost per month is roughly $59,000. This figure would need to be compared against contracts for similar-sized ARTCCs or large federal office buildings in the region to determine if it represents good value. The lack of competition makes a direct value assessment more challenging.

What are the potential risks associated with a sole-source award for janitorial services?

The primary risk of a sole-source award for janitorial services is the potential for inflated pricing due to the absence of competitive pressure. Without multiple bids, the contractor may not feel compelled to offer the most competitive rates. Another risk is a potential decline in service quality over time, as the contractor may face less incentive to innovate or maintain high standards when there is no immediate threat of losing the contract to a competitor. Furthermore, a sole-source award can limit opportunities for small businesses or specialized service providers to enter the federal market, potentially hindering broader economic participation.

What is the track record of International Support Group LLC in performing federal janitorial contracts?

Information regarding the specific track record of International Support Group LLC in performing federal janitorial contracts is not provided in the data. To assess their performance history, one would need to review past federal contract awards, performance evaluations (such as Past Performance Information Retrieval System - PPIRS), and any reported issues or disputes. Without this data, it is difficult to gauge their reliability, quality of service, and experience in fulfilling similar government requirements. This lack of readily available performance data is a common challenge when analyzing sole-source awards.

What are the implications of the fixed-price contract type for this janitorial services award?

The contract is awarded as 'FIRM FIXED PRICE' (FFP). This contract type is generally advantageous for the government in service-based contracts like janitorial services. It means the contractor agrees to perform the specified services for a predetermined price, regardless of the actual costs incurred. This shifts the risk of cost overruns from the government to the contractor. For taxpayers, this provides cost certainty, as the total expenditure is known upfront. However, it also means the government may not benefit if the contractor's actual costs are lower than anticipated, as the contractor retains any profit margin.

How does the duration of the contract (approx. 3 months) influence the assessment of value and risk?

The relatively short duration of this contract (104 days, from March 18 to June 30, 2026) suggests it might be an interim measure, a short-term need, or a prelude to a larger, potentially competed contract. For value assessment, it limits the potential for long-term cost savings or inefficiencies to accumulate. For risk, a shorter duration means the government is exposed to potential performance issues for a limited time. It also allows for a quicker re-evaluation of needs and a potential re-competition with a broader vendor pool if performance is unsatisfactory or market conditions change. The short term might also explain, in part, why a sole-source award was deemed acceptable if a longer-term solution was pending.

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: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 697DCK-26-Q-00025

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3601 SW 160TH AVE STE 110, MIRAMAR, FL, 33027

Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $354,133

Exercised Options: $354,133

Current Obligation: $177,066

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2026-03-18

Current End Date: 2026-06-30

Potential End Date: 2026-06-30 00:00:00

Last Modified: 2026-04-02

More Contracts from International Support Group LLC

View all International Support Group LLC federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending