DHS awards $5.3M for facilities support, with Ranger Land Systems Inc. securing the contract
Contract Overview
Contract Amount: $5,307,319 ($5.3M)
Contractor: Ranger Land Systems, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2024-03-29
End Date: 2024-09-02
Contract Duration: 157 days
Daily Burn Rate: $33.8K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: LABOR HOURS
Sector: Other
Official Description: BRIDGE-OFO PROCESSOR SERVICES
Place of Performance
Location: HUNTSVILLE, MADISON County, ALABAMA, 35805
State: Alabama Government Spending
Plain-Language Summary
Department of Homeland Security obligated $5.3 million to RANGER LAND SYSTEMS, INC. for work described as: BRIDGE-OFO PROCESSOR SERVICES Key points: 1. Contract value appears reasonable for the duration and scope of facilities support services. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract duration is relatively short, indicating potential for future re-competition or adjustments. 4. Services are focused on facilities support, a critical but often overlooked area of government operations. 5. The award falls within the broader category of facilities support services, a common government expenditure.
Value Assessment
Rating: good
The contract value of $5.3 million over approximately 5 months for facilities support services seems within a reasonable range for government contracts of this nature. Benchmarking against similar facilities support contracts awarded by DHS or other agencies would provide a more precise value-for-money assessment. However, given the labor hours pricing structure, the final cost will depend on the actual hours worked and the rates applied, which are subject to negotiation and oversight.
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 bids. The number of bidders is not specified, but the use of full and open competition generally promotes price discovery and encourages multiple vendors to offer competitive pricing. This approach is intended to ensure the government receives the best value.
Taxpayer Impact: Taxpayers benefit from the potential for lower prices and higher quality services due to a competitive bidding environment. Full and open competition reduces the risk of overpayment and ensures a wider pool of qualified contractors can compete for government work.
Public Impact
U.S. Customs and Border Protection (CBP) personnel and facilities will benefit from the provision of essential support services. The services delivered will ensure the operational readiness and maintenance of facilities critical to border security operations. The geographic impact is concentrated in Alabama, where the services will be performed. The contract is likely to support a workforce involved in facilities maintenance, operations, and management.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if labor hours exceed estimates without strong oversight.
- Dependence on a single contractor for critical facilities support could pose a risk if performance falters.
- The short contract duration might lead to transition costs or reduced long-term contractor investment in service improvement.
Positive Signals
- Awarded through full and open competition, suggesting a competitive process that can drive value.
- The contract is for essential facilities support, which is crucial for agency operations.
- The contract is relatively small in dollar value, limiting significant financial risk to the government.
Sector Analysis
Facilities Support Services represent a significant segment of government contracting, encompassing a wide range of activities from maintenance and repair to custodial services and groundskeeping. This contract, valued at approximately $5.3 million, fits within this sector. Comparable spending benchmarks for similar services can vary widely based on geographic location, facility size, and the specific services required. The North American Industry Classification System (NAICS) code 561210 categorizes this as Facilities Support Services.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific benefits for small businesses mandated by this award. The primary focus of this contract is on the prime contractor's ability to deliver the required facilities support services.
Oversight & Accountability
Oversight for this contract will likely be managed by the U.S. Customs and Border Protection (CBP) contracting officer and their representatives. Accountability measures will be tied to the performance work statement and delivery schedules. Transparency is generally maintained through contract award databases like FPDS. The specific jurisdiction of any Inspector General would depend on the nature of any potential issues or investigations that may arise.
Related Government Programs
- Facilities Maintenance and Repair Services
- Government Facilities Operations
- Custodial and Janitorial Services
- Building Management Services
Risk Flags
- Potential for cost variance due to labor hours pricing model.
- Short contract duration may impact long-term service continuity.
- Need for robust oversight to ensure performance standards are met.
Tags
facilities-support, homeland-security, customs-and-border-protection, delivery-order, full-and-open-competition, alabama, labor-hours, ranger-land-systems-inc, facilities-management, government-contracting
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $5.3 million to RANGER LAND SYSTEMS, INC.. BRIDGE-OFO PROCESSOR SERVICES
Who is the contractor on this award?
The obligated recipient is RANGER LAND SYSTEMS, 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 $5.3 million.
What is the period of performance?
Start: 2024-03-29. End: 2024-09-02.
What is the track record of Ranger Land Systems, Inc. in performing similar government contracts?
A review of federal procurement data would be necessary to fully assess Ranger Land Systems, Inc.'s track record. This would involve examining past contract awards, performance evaluations (if publicly available), and any history of contract disputes or terminations. Without specific data on their past performance in facilities support or similar service contracts, it is difficult to definitively assess their reliability and capability. Agencies typically conduct pre-award reviews of a contractor's past performance as part of the selection process, but this information is not always publicly detailed.
How does the awarded price compare to market rates for similar facilities support services in Alabama?
To compare the awarded price to market rates, one would need to analyze the specific services included in the contract (e.g., maintenance, janitorial, groundskeeping) and their scope. Then, research would involve obtaining quotes or reviewing publicly available pricing data for similar services from commercial providers in Alabama. Factors like prevailing wage rates, local cost of living, and the specific requirements of the facilities would influence market rates. The contract's labor hours structure means the final cost is variable, making a direct price comparison challenging without knowing the total hours worked and the negotiated rates.
What are the key performance indicators (KPIs) for this contract, and how will performance be measured?
The specific Key Performance Indicators (KPIs) for this contract are not detailed in the provided data. However, typical KPIs for facilities support services include response times for maintenance requests, completion rates for scheduled maintenance, quality of janitorial services (e.g., cleanliness scores), adherence to safety protocols, and overall customer satisfaction from facility users. Performance measurement would likely involve regular inspections, user feedback surveys, and reporting by the contractor, all overseen by the Contracting Officer's Representative (COR) to ensure compliance with the Performance Work Statement (PWS).
What is the historical spending pattern for facilities support services by U.S. Customs and Border Protection?
Historical spending patterns for facilities support services by U.S. Customs and Border Protection (CBP) would require a comprehensive analysis of past contract awards over several fiscal years. This analysis would involve querying federal procurement databases (like FPDS) for contracts categorized under NAICS code 561210 or similar service descriptions awarded by CBP. Examining trends in contract values, number of awards, and dominant contractors could reveal patterns in CBP's reliance on external support for its facilities, potentially highlighting increases or decreases in spending and shifts in contracting strategies.
Are there any identified risks associated with the contractor's ability to deliver these services effectively?
The provided data does not explicitly list identified risks associated with Ranger Land Systems, Inc.'s ability to deliver these services. However, general risks for any facilities support contract include potential performance deficiencies, contractor default, cost overruns (especially with labor-hour contracts), and challenges in meeting specific service level agreements. A thorough pre-award assessment by CBP would have evaluated the contractor's capacity, financial stability, and past performance to mitigate these risks. Any specific concerns would typically be documented in internal agency risk assessments or performance monitoring reports.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70B03C24Q00000108
Offers Received: 1
Pricing Type: LABOR HOURS (Z)
Evaluated Preference: NONE
Contractor Details
Parent Company: Ranger Defense, Incorporated
Address: 2707 ARTIE ST SW BLDG 100 STE 17, HUNTSVILLE, AL, 35805
Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $5,307,319
Exercised Options: $5,307,319
Current Obligation: $5,307,319
Actual Outlays: $5,307,319
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS10F0262P
IDV Type: FSS
Timeline
Start Date: 2024-03-29
Current End Date: 2024-09-02
Potential End Date: 2024-09-02 00:00:00
Last Modified: 2026-01-09
More Contracts from Ranger Land Systems, Inc.
- Processing Coordinators — $194.7M (Department of Homeland Security)
- Establish BPA for DHS Wide USE for Temporary Facilities and Services — $118.7M (Department of Homeland Security)
- Modular Office Trailers/Parking LOT Construction in Support of Hermit's Peak — $2.7M (Department of Homeland Security)
- THE Purpose of This Purchase Order IS for Trailer Removal Services in Support of Hermit's Peak Calf Canyon — $99.9K (Department of Homeland Security)
- THE Purpose of This Purchase Order IS for Equipment Disassembly and Removal Services in Support of Hermit's Peak Calf Canyon — $89.0K (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)