DHS awards $22.7M for facilities support, with a significant portion potentially going to a single contractor
Contract Overview
Contract Amount: $22,722,838 ($22.7M)
Contractor: Trailboss Enterprises, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2022-05-12
End Date: 2025-04-04
Contract Duration: 1,058 days
Daily Burn Rate: $21.5K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: SURGE TRANSPORTATION
Place of Performance
Location: MCALLEN, HIDALGO County, TEXAS, 78501
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $22.7 million to TRAILBOSS ENTERPRISES, INC. for work described as: SURGE TRANSPORTATION Key points: 1. The contract's value suggests a substantial need for facilities support services. 2. The BPA Call award mechanism indicates a pre-negotiated agreement, potentially streamlining future task orders. 3. The fixed-price contract type shifts performance risk to the contractor. 4. The contract duration of over 1000 days points to a long-term service requirement. 5. The award was made under full and open competition, suggesting a broad market search. 6. The absence of small business set-aside flags indicates no specific targets for small business participation.
Value Assessment
Rating: fair
Benchmarking the value of this BPA Call requires understanding the scope of services and the specific task orders issued. Without detailed task order data, it's difficult to compare pricing directly to similar contracts. However, the total award ceiling of $22.7 million over approximately three years suggests a significant investment in facilities support. The firm fixed-price nature of the contract implies that the contractor bears the risk of cost overruns, which can be a positive indicator of value if managed effectively.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit an offer. The specific number of bidders is not provided, but the mechanism used (BPA Call) suggests that multiple vendors may have been considered under the underlying Blanket Purchase Agreement. A competitive process generally leads to better price discovery and potentially more favorable terms for the government.
Taxpayer Impact: Full and open competition is intended to ensure that taxpayers receive the best value by leveraging market forces to drive down costs and improve service quality.
Public Impact
The primary beneficiaries are U.S. Customs and Border Protection (CBP) facilities, which will receive essential support services. Services likely include maintenance, repair, and operational support for various CBP facilities. The geographic impact is concentrated in Texas, where the contract is managed. Workforce implications may include the creation or sustainment of jobs related to facilities management and support within the contractor's organization.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if task orders are not tightly defined.
- Reliance on a single BPA Call could limit flexibility if underlying BPA terms are not optimal.
- Performance monitoring is crucial to ensure services meet expectations under the fixed-price structure.
Positive Signals
- Firm fixed-price contract shifts cost risk to the contractor.
- Full and open competition suggests a robust market was accessed.
- BPA Call mechanism can expedite service delivery for defined needs.
Sector Analysis
Facilities Support Services fall under the broader professional, scientific, and technical services sector. This sector is characterized by a wide range of specialized services supporting government operations. The market includes numerous providers, from large facility management corporations to smaller, specialized service firms. The contract's value of $22.7 million places it as a mid-to-large-sized contract within this service category, reflecting a significant operational requirement for CBP.
Small Business Impact
The data indicates that this contract was not specifically set aside for small businesses (ss: false, sb: false). This means that large businesses were eligible to compete and potentially win the award. There is no explicit information on subcontracting plans for small businesses. Without this data, it's difficult to assess the direct impact on the small business ecosystem, though it suggests opportunities may not have been specifically prioritized through a set-aside mechanism.
Oversight & Accountability
Oversight for this contract would primarily reside with the U.S. Customs and Border Protection contracting officers and program managers. As a BPA Call issued under a larger BPA, oversight may also involve the agency that awarded the underlying BPA. Transparency is generally facilitated through contract award databases, but detailed performance metrics and oversight reports are often internal. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Facilities Maintenance and Repair Services
- Base Operations Support
- Logistics and Support Services
- Government Property Management
Risk Flags
- Potential for cost increases over contract duration not fully captured in fixed price.
- Risk of performance degradation in a long-term service contract.
- Need for robust oversight to ensure quality and scope adherence.
- Limited visibility into specific competition metrics (number of bidders).
Tags
facilities-support, homeland-security, customs-and-border-protection, texas, bpa-call, firm-fixed-price, full-and-open-competition, professional-scientific-and-technical-services, long-term-contract, facilities-management
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $22.7 million to TRAILBOSS ENTERPRISES, INC.. SURGE TRANSPORTATION
Who is the contractor on this award?
The obligated recipient is TRAILBOSS ENTERPRISES, 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 $22.7 million.
What is the period of performance?
Start: 2022-05-12. End: 2025-04-04.
What is the specific breakdown of services expected under this BPA Call, and how do they align with CBP's operational needs in Texas?
The provided data classifies this contract under NAICS code 561210, Facilities Support Services. This typically encompasses a broad range of services including operation, maintenance, and repair of buildings and other facilities. For U.S. Customs and Border Protection (CBP) in Texas, these services could include everything from janitorial and groundskeeping to HVAC maintenance, electrical repairs, plumbing, and potentially security system upkeep for border facilities, ports of entry, and administrative buildings. The specific breakdown would be detailed in the task orders issued under this Blanket Purchase Agreement (BPA) Call. The alignment with CBP's needs is critical, as reliable facility operations are essential for border security and trade facilitation operations in a high-activity region like Texas.
How does the $22.7 million award ceiling compare to historical CBP spending on similar facilities support contracts in Texas?
To accurately compare the $22.7 million award ceiling to historical CBP spending in Texas, one would need access to historical contract data for similar facilities support services (NAICS 561210 or comparable codes) awarded by CBP specifically within the Texas region. This analysis would involve identifying contracts with similar scopes of work, durations, and award types (e.g., BPA Calls, IDIQs, firm-fixed-price contracts). Without this specific historical data, a direct comparison is not possible. However, $22.7 million over approximately three years represents a substantial annual commitment, suggesting a significant operational footprint and ongoing need for comprehensive facilities management by CBP in Texas. It indicates a considerable investment in maintaining the infrastructure necessary for border operations.
What are the key performance indicators (KPIs) that CBP will use to evaluate Trailboss Enterprises, Inc.'s performance under this contract?
Key Performance Indicators (KPIs) for a Facilities Support Services contract like this typically focus on service availability, response times, quality of work, and cost control. For CBP in Texas, specific KPIs might include: 1. Uptime/Availability: Ensuring critical systems (e.g., HVAC, power, security) remain operational within specified parameters. 2. Response and Resolution Times: Metrics for how quickly technicians respond to and resolve reported issues, categorized by urgency (e.g., emergency, urgent, routine). 3. Quality Assurance: Scores from facility inspections, customer satisfaction surveys, and adherence to safety and environmental standards. 4. Preventative Maintenance Completion: Percentage of scheduled preventative maintenance tasks completed on time. 5. Cost Performance: While a fixed-price contract, monitoring adherence to budget for any incidental materials or services might be relevant. These KPIs would be formally defined in the contract's Performance Work Statement (PWS) and monitored through regular reporting and inspections.
Given the 'full and open competition' award, what does the absence of specific bidder counts suggest about the competitive landscape for these services?
The absence of specific bidder counts following a 'full and open competition' award, particularly for a BPA Call, can suggest several possibilities about the competitive landscape. It might indicate that while the initial BPA was competed broadly, the specific task order under this Call attracted a limited number of highly qualified bidders who could meet the immediate requirements. Alternatively, the underlying BPA might have had a pre-qualified pool of vendors, and this Call was issued to one or more of them. If only one bid was received and evaluated as technically acceptable and lowest priced (or best value), it could signal a less robust competition for this specific requirement, potentially due to specialized needs or a concentrated market. However, 'full and open' ensures the *opportunity* for broad competition, even if the final awardee pool is smaller.
What are the potential risks associated with a long-duration (over 1000 days) firm-fixed-price contract for facilities support?
A long-duration (1058 days) firm-fixed-price contract for facilities support presents several potential risks. For the government, the primary risk is that fixed pricing may not adequately account for unforeseen inflation in labor or material costs over the contract's lifespan, potentially leading to the contractor seeking contract modifications or delivering reduced service quality to maintain profitability. Conversely, if the contractor significantly underestimated costs, they might struggle financially or cut corners. Another risk is contractor performance degradation over time; maintaining consistent quality and responsiveness throughout a multi-year contract requires diligent oversight. Scope creep is also a risk; if the definition of 'facilities support' is not precise, the contractor might resist performing tasks deemed outside the original scope without additional compensation, or conversely, the government might not receive the full breadth of support initially envisioned if the PWS is ambiguous.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › OTHER TRANSPORT, TRAVEL, RELOCAT SV
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 20132199
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 201 E 3RD AVE, ANCHORAGE, AK, 99501
Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Service Disabled Veteran Owned Business, Small Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $22,722,838
Exercised Options: $22,722,838
Current Obligation: $22,722,838
Actual Outlays: $19,505,080
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 70B03C22A00000019
IDV Type: BPA
Timeline
Start Date: 2022-05-12
Current End Date: 2025-04-04
Potential End Date: 2025-04-04 16:04:11
Last Modified: 2025-04-04
More Contracts from Trailboss Enterprises, Inc.
- Funding for SAN Antonio Field Office Transportation Contract, Hscedm-12-D-00005; Task Order Hscedm-14-J-00021 With Trailboss Enterprises Inc, for the Period 1 June 2014 Through 31 MAY 2015 Igf::ot::igf — $107.7M (Department of Homeland Security)
- THE Purpose of This Order IS to Provide Ground Transportation Service to Redirect Agents and Officers Toward More Traditional LAW Enforcement Duties. the Contractor Will Provide Migrant Transport and Facility Guard Service — $65.2M (Department of Homeland Security)
- Transportation for Non-Us Citizens — $46.2M (Department of Homeland Security)
- Award for Fol-Bos Services - Cost Reimbursement Clin — $44.6M (Department of Defense)
- Transportation Services: Igf::ct::igf — $25.3M (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)