DHS Awards $5.58M Task Order to Native Energy & Technology for CBP Southeast Facilities Maintenance

Contract Overview

Contract Amount: $5,584,831 ($5.6M)

Contractor: Native Energy & Technology Inc

Awarding Agency: Department of Homeland Security

Start Date: 2024-04-01

End Date: 2027-03-31

Contract Duration: 1,094 days

Daily Burn Rate: $5.1K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: FUNDING TASK ORDER FOR THE PREVENTATIVE MAINTENANCE IDIQ CONTRACT FOR CBP FACILITIES IN THE SOUTHEAST REGION.

Place of Performance

Location: AGUADILLA, AGUADILLA County, PUERTO RICO, 00603

Plain-Language Summary

Department of Homeland Security obligated $5.6 million to NATIVE ENERGY & TECHNOLOGY INC for work described as: FUNDING TASK ORDER FOR THE PREVENTATIVE MAINTENANCE IDIQ CONTRACT FOR CBP FACILITIES IN THE SOUTHEAST REGION. Key points: 1. The award focuses on preventative maintenance for CBP facilities in the Southeast region. 2. Native Energy & Technology Inc. is the contractor for this task order. 3. The contract type is Firm Fixed Price, indicating a defined cost for services. 4. This task order falls under Facilities Support Services, a broad service category.

Value Assessment

Rating: fair

The $5.58 million award for a 3-year period appears reasonable for facilities maintenance services. Benchmarking against similar IDIQ task orders for regional facility maintenance would provide a clearer picture of value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' suggesting a limited competition. This method may impact price discovery compared to unrestricted full and open competition.

Taxpayer Impact: Taxpayers are funding essential maintenance for critical border protection facilities, ensuring operational readiness.

Public Impact

Ensures continued operational capability of U.S. Customs and Border Protection facilities. Supports infrastructure maintenance in the Southeast region, including Puerto Rico. Provides employment opportunities through the contractor and potential subcontractors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This award falls within the Facilities Support Services sector, which encompasses a wide range of services for maintaining government and commercial buildings. Spending in this sector is consistent with the need to maintain critical infrastructure.

Small Business Impact

The data indicates this contract was not set aside for small businesses (sb: false). Further analysis would be needed to determine if small businesses had a fair opportunity to compete or if subcontracting opportunities exist.

Oversight & Accountability

The Department of Homeland Security, specifically U.S. Customs and Border Protection, is responsible for overseeing this task order. Standard oversight procedures for delivery orders under IDIQs would apply.

Related Government Programs

Risk Flags

Tags

facilities-support-services, department-of-homeland-security, pr, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $5.6 million to NATIVE ENERGY & TECHNOLOGY INC. FUNDING TASK ORDER FOR THE PREVENTATIVE MAINTENANCE IDIQ CONTRACT FOR CBP FACILITIES IN THE SOUTHEAST REGION.

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 $5.6 million.

What is the period of performance?

Start: 2024-04-01. End: 2027-03-31.

What is the specific scope of 'preventative maintenance' included in this task order, and how does it align with industry best practices for facilities of this type?

The specific scope of preventative maintenance is not detailed in the provided data. Typically, it includes scheduled inspections, cleaning, lubrication, minor repairs, and system checks for HVAC, electrical, plumbing, and structural components. Alignment with best practices would depend on the detailed SOW, ensuring it covers critical systems and addresses potential failure points proactively to minimize downtime and operational disruptions.

Given the limited competition, what mechanisms are in place to ensure the contractor is providing services at a fair and reasonable price throughout the contract period?

While the competition was limited, the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' implies some level of market research was conducted. The government likely relies on historical pricing data, cost analysis of the contractor's proposal, and potentially comparison with other similar contracts. Periodic price reviews and performance monitoring are crucial to ensure continued fair and reasonable pricing.

How will the effectiveness of the preventative maintenance performed under this task order be measured and reported to ensure optimal facility performance and taxpayer value?

Effectiveness is typically measured through key performance indicators (KPIs) outlined in the Performance Work Statement (PWS). These might include response times for reported issues, completion rates of scheduled maintenance tasks, reduction in emergency repairs, and facility uptime. Regular performance reports from the contractor, coupled with government quality assurance surveillance, will track these KPIs and ensure optimal facility performance and value for taxpayer investment.

Industry Classification

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

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

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: $14,192,708

Exercised Options: $5,584,831

Current Obligation: $5,584,831

Actual Outlays: $3,232,706

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70B01C24D00000003

IDV Type: IDC

Timeline

Start Date: 2024-04-01

Current End Date: 2027-03-31

Potential End Date: 2029-03-31 00:00:00

Last Modified: 2026-04-02

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