DHS Awards $4.3M Facility Operations Contract to Teya Enterprises LLC for AMOC Riverside
Contract Overview
Contract Amount: $4,303,084 ($4.3M)
Contractor: Teya Enterprises LLC
Awarding Agency: Department of Homeland Security
Start Date: 2021-11-01
End Date: 2026-10-31
Contract Duration: 1,825 days
Daily Burn Rate: $2.4K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CONTRACT TO PROCURE FACILITY OPERATIONS, JANITORIAL AND MAINTENANCE SERVICES AT THE AIR AND MARINE OPERATIONS CENTER (AMOC)IN RIVERSIDE, CA
Place of Performance
Location: MARCH ARB, RIVERSIDE County, CALIFORNIA, 92518
Plain-Language Summary
Department of Homeland Security obligated $4.3 million to TEYA ENTERPRISES LLC for work described as: CONTRACT TO PROCURE FACILITY OPERATIONS, JANITORIAL AND MAINTENANCE SERVICES AT THE AIR AND MARINE OPERATIONS CENTER (AMOC)IN RIVERSIDE, CA Key points: 1. Contract awarded to Teya Enterprises LLC for facility operations and maintenance. 2. The contract is for services at the Air and Marine Operations Center (AMOC) in Riverside, CA. 3. The total value of the contract is $4,303,084.08 over five years. 4. This contract falls under Facilities Support Services (NAICS 561210).
Value Assessment
Rating: fair
The contract value of $4.3M over five years for facility operations and maintenance appears reasonable for a federal facility of this nature. Benchmarking against similar contracts for large federal facilities would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was not available for competition, indicating a limited competition approach. This could potentially impact price discovery and may not guarantee the most competitive pricing.
Taxpayer Impact: Taxpayers may not be receiving the best value due to the lack of full and open competition.
Public Impact
Ensures continued operation of critical Air and Marine Operations Center facilities. Supports jobs within the Facilities Support Services sector. Provides essential maintenance and janitorial services for a federal agency.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may lead to higher costs.
- Lack of detailed performance metrics in provided data.
Positive Signals
- Contract supports essential government operations.
- Long-term contract provides stability for service provider.
Sector Analysis
This contract falls within the Facilities Support Services sector, which includes a wide range of services for maintaining and operating buildings and grounds. Spending in this sector is consistent across federal agencies for operational needs.
Small Business Impact
The contract was awarded to Teya Enterprises LLC, and it is not indicated whether this is a small business. Further investigation is needed to determine the small business impact.
Oversight & Accountability
Oversight by the Department of Homeland Security, specifically U.S. Customs and Border Protection, is expected to ensure contract compliance and service delivery. The contract type is Firm Fixed Price, which helps control costs.
Related Government Programs
- Facilities Support Services
- Department of Homeland Security Contracting
- U.S. Customs and Border Protection Programs
Risk Flags
- Limited competition
- Potential for non-optimal pricing
- Lack of transparency on small business status
- Absence of detailed performance metrics in summary data
Tags
facilities-support-services, department-of-homeland-security, ca, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $4.3 million to TEYA ENTERPRISES LLC. CONTRACT TO PROCURE FACILITY OPERATIONS, JANITORIAL AND MAINTENANCE SERVICES AT THE AIR AND MARINE OPERATIONS CENTER (AMOC)IN RIVERSIDE, CA
Who is the contractor on this award?
The obligated recipient is TEYA ENTERPRISES LLC.
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 $4.3 million.
What is the period of performance?
Start: 2021-11-01. End: 2026-10-31.
What is the justification for limiting competition on this contract?
The provided data states the contract was 'NOT AVAILABLE FOR COMPETITION,' implying a specific reason, possibly related to unique requirements, urgent needs, or existing relationships. A full justification would detail these factors and demonstrate why full and open competition was not feasible or advantageous for the government in this instance.
How does the pricing compare to industry benchmarks for similar facility operations contracts?
Without specific details on the scope of services and facility size, a direct comparison is difficult. However, the $4.3M over five years suggests an average annual cost of $860,616.81. Benchmarking against contracts for similar-sized federal facilities or large commercial properties would be necessary to assess if this represents a competitive price.
What performance metrics are in place to ensure the quality of janitorial and maintenance services?
The provided data does not specify the performance metrics or Service Level Agreements (SLAs) associated with this contract. Effective oversight would require clearly defined metrics for cleanliness, response times for maintenance issues, and overall facility upkeep to ensure taxpayer funds are used efficiently and services meet federal standards.
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: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 70B02C22R00000001
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 101 E 9TH AVE STE 9B, ANCHORAGE, AK, 99501
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $5,124,867
Exercised Options: $4,303,084
Current Obligation: $4,303,084
Actual Outlays: $2,975,493
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $48,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2021-11-01
Current End Date: 2026-10-31
Potential End Date: 2026-10-31 00:00:00
Last Modified: 2026-02-09
More Contracts from Teya Enterprises LLC
- Administrative Support Services — $62.9M (Department of Defense)
- Admin&technical Support Service — $26.1M (Department of Defense)
- Swing Space for Barracks, Joint Base Myer-Henderson Hall, Virginia — $21.2M (Department of Defense)
- Construction to Modernize the Fortuna and Northgate Land Ports of Entry in North Dakota to the Latest CBP Design Standards and to Address the Facility Issues That Have Developed — $15.2M (Department of Homeland Security)
- Construction to Modernize the Lancaster and Roseau Land Ports of Entry in Minnesota to the Latest CBP Design Standards and to Address the Facility Issues That Have Developed — $13.5M (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)