DHS Awards $28.8M Task Order for Facilities Maintenance to Native Energy & Technology Inc
Contract Overview
Contract Amount: $28,843,294 ($28.8M)
Contractor: Native Energy & Technology Inc
Awarding Agency: Department of Homeland Security
Start Date: 2019-03-07
End Date: 2024-11-01
Contract Duration: 2,066 days
Daily Burn Rate: $14.0K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TASK ORDER COVERING PREVENTATIVE MAINTENANCE AND EQUIPMENT REPAIRS IGF::OT::IGF
Place of Performance
Location: LAREDO, WEBB County, TEXAS, 78040
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $28.8 million to NATIVE ENERGY & TECHNOLOGY INC for work described as: TASK ORDER COVERING PREVENTATIVE MAINTENANCE AND EQUIPMENT REPAIRS IGF::OT::IGF Key points: 1. The contract focuses on preventative maintenance and equipment repairs, a critical but often overlooked area of government operations. 2. Native Energy & Technology Inc. secured this award, indicating potential competition within the facilities support services sector. 3. The long duration (2019-2024) suggests a need for sustained service, but also raises questions about long-term value and potential for price creep. 4. The sector is Facilities Support Services, a broad category essential for agency operations but with varying cost benchmarks.
Value Assessment
Rating: fair
The award amount of $28.8M over approximately 5.7 years suggests an average annual spend of around $5M. Benchmarking this against similar facilities maintenance contracts is difficult without more specific service details, but it appears to be within a reasonable range for comprehensive support.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which typically drives competitive pricing. The fixed-price structure further supports price discovery and limits the government's exposure to cost overruns.
Taxpayer Impact: Full and open competition is generally beneficial for taxpayers, as it encourages multiple bidders to offer their best prices, leading to potential cost savings.
Public Impact
Ensures operational continuity for U.S. Customs and Border Protection facilities through essential maintenance. Supports a private sector company, contributing to economic activity and employment. The long-term nature of the contract could lead to predictable service delivery but also warrants scrutiny for ongoing cost-effectiveness.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long contract duration may mask potential inefficiencies or price increases over time.
- Lack of specific performance metrics makes it hard to assess true value for money.
- Limited information on the specific types of equipment and facilities covered.
Positive Signals
- Awarded under full and open competition, suggesting competitive pricing.
- Firm fixed-price contract limits cost risk for the government.
- Essential services for critical border operations.
Sector Analysis
Facilities Support Services (NAICS 561210) is a broad sector encompassing a wide range of maintenance and operational support for buildings and grounds. Spending in this sector can vary significantly based on the size and complexity of the facilities managed.
Small Business Impact
The data indicates that neither small business nor socio-economic set-asides were utilized for this contract, suggesting it was awarded to a larger, non-small business entity.
Oversight & Accountability
The contract's long duration and significant value warrant regular oversight to ensure performance standards are met and costs remain competitive throughout its term. Performance reviews and audits would be crucial.
Related Government Programs
- Facilities Support Services
- Department of Homeland Security Contracting
- U.S. Customs and Border Protection Programs
Risk Flags
- Long contract duration (over 5 years) may lead to complacency or reduced price competitiveness over time.
- Lack of specific performance metrics makes objective assessment of value difficult.
- Potential for cost increases if scope creep is not managed effectively, despite fixed-price structure.
- No indication of small business participation, potentially missing opportunities for economic inclusion.
Tags
facilities-support-services, department-of-homeland-security, tx, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $28.8 million to NATIVE ENERGY & TECHNOLOGY INC. TASK ORDER COVERING PREVENTATIVE MAINTENANCE AND EQUIPMENT REPAIRS IGF::OT::IGF
Who is the contractor on this award?
The obligated recipient is NATIVE ENERGY & TECHNOLOGY INC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).
What is the total obligated amount?
The obligated amount is $28.8 million.
What is the period of performance?
Start: 2019-03-07. End: 2024-11-01.
How does the annual cost of this contract compare to industry benchmarks for similar facilities maintenance services, considering the specific assets managed by CBP?
Without detailed information on the specific facilities and equipment covered under this task order, a precise comparison to industry benchmarks is challenging. However, the approximate $5 million annual spend for comprehensive preventative maintenance and repairs appears within a reasonable range for large federal agency facilities. Further analysis would require data on square footage, types of systems maintained (HVAC, electrical, plumbing), and geographic locations.
What are the key performance indicators (KPIs) used to measure the effectiveness of Native Energy & Technology Inc.'s services, and how are they monitored?
The provided data does not specify the key performance indicators (KPIs) or the monitoring mechanisms in place for this contract. Effective oversight would necessitate clearly defined KPIs related to response times, repair completion rates, preventative maintenance schedules adherence, and client satisfaction. Regular performance reviews by the U.S. Customs and Border Protection are essential to ensure the contractor is meeting these standards and delivering value.
Given the firm fixed-price structure, what mechanisms are in place to prevent potential scope creep or change orders that could significantly increase the total cost to taxpayers?
While a firm fixed-price contract is designed to cap costs, scope creep can still occur through poorly defined initial requirements or unforeseen circumstances. The government contracting officer must rigorously manage the contract, ensuring any proposed changes are thoroughly vetted for necessity and impact on cost and schedule. A clear process for change order proposals and approvals, with strong justification, is critical to protect taxpayer interests.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 12830 COGBURN, SAN ANTONIO, TX, 78249
Business Categories: American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $30,106,848
Exercised Options: $28,843,294
Current Obligation: $28,843,294
Actual Outlays: $12,998,560
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70B01C19D00000004
IDV Type: IDC
Timeline
Start Date: 2019-03-07
Current End Date: 2024-11-01
Potential End Date: 2024-11-01 11:09:28
Last Modified: 2025-05-23
More Contracts from Native Energy & Technology Inc
- Operations and Maintenance AT the Southeast HUB — $60.8M (Department of Homeland Security)
- Andover O&M, Custodial & Facility Management Services — $21.2M (Department of the Treasury)
- First BPA Call Order for the Facility Preventative Maintenance and Repair Program for the Northwest Corridor — $13.3M (Department of Homeland Security)
- Environmental Support Systems (ESS) Services — $12.1M (Department of Homeland Security)
- Funding Task Order for the Preventative Maintenance Idiq Contract for CBP Facilities in the Southeast Region — $5.6M (Department of Homeland Security)
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)