DHS Awards $13.2M Facility Maintenance BPA Call to Native Energy & Technology Inc

Contract Overview

Contract Amount: $13,269,203 ($13.3M)

Contractor: Native Energy & Technology Inc

Awarding Agency: Department of Homeland Security

Start Date: 2022-09-26

End Date: 2026-09-25

Contract Duration: 1,460 days

Daily Burn Rate: $9.1K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: FIRST BPA CALL ORDER FOR THE FACILITY PREVENTATIVE MAINTENANCE AND REPAIR PROGRAM FOR THE NORTHWEST CORRIDOR

Place of Performance

Location: BLAINE, WHATCOM County, WASHINGTON, 98230

State: Washington Government Spending

Plain-Language Summary

Department of Homeland Security obligated $13.3 million to NATIVE ENERGY & TECHNOLOGY INC for work described as: FIRST BPA CALL ORDER FOR THE FACILITY PREVENTATIVE MAINTENANCE AND REPAIR PROGRAM FOR THE NORTHWEST CORRIDOR Key points: 1. Contract awarded for facility preventative maintenance and repair services. 2. Native Energy & Technology Inc. is the awardee. 3. The contract falls under the Facilities Support Services NAICS code. 4. This is a BPA Call order, indicating a pre-competed agreement. 5. The contract has a firm-fixed-price structure.

Value Assessment

Rating: fair

The award amount of $13.2M over approximately 4 years needs comparison to similar facility maintenance contracts. Without benchmarks for this specific service scope and geographic region, assessing value is difficult. The firm-fixed-price structure provides cost certainty.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, suggesting a robust price discovery process. However, as a BPA Call, it leverages a pre-existing agreement, which may have its own competitive history.

Taxpayer Impact: Taxpayer funds are being used for essential facility maintenance, ensuring operational readiness. The competitive award aims to secure reasonable pricing.

Public Impact

Ensures operational continuity for U.S. Customs and Border Protection facilities. Supports infrastructure maintenance in the Northwest Corridor. Provides employment opportunities through the awarded contractor. Contributes to the upkeep of federal assets.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Facilities Support Services sector, which includes a wide range of maintenance and repair activities for buildings and grounds. Spending in this sector is generally consistent, driven by the need to maintain government infrastructure.

Small Business Impact

The data indicates that small business participation was not a factor in this specific award (sb: false). Further analysis would be needed to determine if the prime contractor utilizes small businesses in its subcontracting.

Oversight & Accountability

Oversight will be managed by U.S. Customs and Border Protection. The firm-fixed-price nature of the contract provides some cost control, but performance monitoring is crucial for ensuring value.

Related Government Programs

Risk Flags

Tags

facilities-support-services, department-of-homeland-security, wa, bpa-call, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $13.3 million to NATIVE ENERGY & TECHNOLOGY INC. FIRST BPA CALL ORDER FOR THE FACILITY PREVENTATIVE MAINTENANCE AND REPAIR PROGRAM FOR THE NORTHWEST CORRIDOR

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 $13.3 million.

What is the period of performance?

Start: 2022-09-26. End: 2026-09-25.

What is the benchmark cost for similar facility maintenance contracts in the Northwest Corridor region?

Determining the precise benchmark cost requires access to a comprehensive database of similar contracts, factoring in service scope, facility size, and geographic location. Without this, a direct comparison is challenging. However, typical facility maintenance costs can range significantly, and a detailed analysis of the awarded contract's line items against industry standards would be necessary to assess if the $13.2M is competitive.

What are the specific performance metrics and KPIs used to evaluate the contractor's effectiveness?

The provided data does not specify the performance metrics or Key Performance Indicators (KPIs) for this contract. Effective oversight typically involves tracking response times, quality of repairs, adherence to preventative maintenance schedules, and client satisfaction. Without these defined metrics, assessing the contractor's effectiveness and ensuring accountability for service delivery becomes more challenging for the contracting agency.

How does the BPA Call structure impact the overall cost-effectiveness compared to a standalone contract?

A BPA Call leverages a pre-competed Basic Ordering Agreement (BOA) or Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which can reduce administrative costs and lead times for subsequent orders. This pre-competition often results in more favorable pricing than starting a new procurement from scratch. Therefore, the BPA Call structure is generally intended to enhance cost-effectiveness and efficiency for recurring needs.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities Support Services

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 12830 COGBURN, SAN ANTONIO, TX, 78249

Business Categories: 8(a) Program Participant, 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: $22,200,803

Exercised Options: $13,410,826

Current Obligation: $13,269,203

Actual Outlays: $8,564,812

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 70B01C22A00000029

IDV Type: BPA

Timeline

Start Date: 2022-09-26

Current End Date: 2026-09-25

Potential End Date: 2027-10-25 00:00:00

Last Modified: 2026-01-29

More Contracts from Native Energy & Technology Inc

View all Native Energy & Technology Inc federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending