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
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
- Lack of specific performance metrics provided.
- Geographic concentration of services.
- Potential for scope creep in maintenance requests.
Positive Signals
- Awarded under full and open competition.
- Firm-fixed-price contract type.
- Long-term contract duration provides stability.
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
- Facilities Support Services
- Department of Homeland Security Contracting
- U.S. Customs and Border Protection Programs
Risk Flags
- Lack of detailed performance metrics.
- Potential for limited competition if the BPA itself was not widely competed.
- Geographic concentration may limit broader market responsiveness.
- No indication of small business subcontracting.
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 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: 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
- Operations and Maintenance AT the Southeast HUB — $60.8M (Department of Homeland Security)
- Task Order Covering Preventative Maintenance and Equipment Repairs Igf::ot::igf — $28.8M (Department of Homeland Security)
- Andover O&M, Custodial & Facility Management Services — $21.2M (Department of the Treasury)
- 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)