DHS awards $2.1M contract for janitorial and grounds maintenance services to Chenega Government Mission Solutions, LLC
Contract Overview
Contract Amount: $2,099,029 ($2.1M)
Contractor: Chenega Government Mission Solutions, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2025-09-30
End Date: 2027-03-31
Contract Duration: 547 days
Daily Burn Rate: $3.8K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: JANITORIAL, GROUNDS MAINTENANCE, REFUSE AND SNOW REMOVAL SERVICES
Place of Performance
Location: EL PASO, EL PASO County, TEXAS, 79925
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $2.1 million to CHENEGA GOVERNMENT MISSION SOLUTIONS, LLC for work described as: JANITORIAL, GROUNDS MAINTENANCE, REFUSE AND SNOW REMOVAL SERVICES Key points: 1. The contract value of $2.1 million over approximately 547 days represents a significant investment in maintaining federal facilities. 2. The award to Chenega Government Mission Solutions, LLC, indicates a focus on established service providers for critical operational support. 3. The firm-fixed-price contract type suggests a clear understanding of service scope and cost expectations. 4. The duration of the contract, extending into March 2027, points to a need for sustained and reliable service delivery. 5. The lack of specific performance metrics in the provided data makes a detailed value-for-money assessment challenging. 6. The contract's focus on janitorial and grounds maintenance highlights essential but often overlooked operational requirements.
Value Assessment
Rating: fair
The contract value of $2.1 million for janitorial, grounds maintenance, refuse, and snow removal services over approximately 547 days needs further benchmarking. Without comparable contracts or detailed service scope, it's difficult to definitively assess value for money. The firm-fixed-price nature suggests cost certainty, but the per-unit cost for services like cleaning or snow removal is not readily available for comparison. The award to a single entity implies a negotiated price that may or may not reflect optimal market rates.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not openly competed. This approach is typically used when only one source is capable of meeting the requirement, or in specific circumstances where full and open competition is not feasible or advantageous. The lack of competition means that price discovery through market forces was limited, potentially leading to higher costs for taxpayers compared to a competitive process.
Taxpayer Impact: Sole-source awards limit the opportunity for multiple vendors to bid, potentially reducing competitive pressure on pricing and innovation. This can result in taxpayers paying more than they might in a fully competed scenario.
Public Impact
Federal facilities managed by U.S. Customs and Border Protection in Texas will benefit from maintained cleanliness and operational readiness. Essential services including janitorial, grounds maintenance, refuse removal, and snow removal will be provided. The contract supports the operational integrity and professional appearance of critical government infrastructure. Local workforce opportunities may arise through Chenega Government Mission Solutions, LLC, for the provision of these services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition raises concerns about potential overpayment and reduced incentive for cost efficiency.
- Absence of detailed performance metrics makes it difficult to track service quality and contractor accountability.
- The broad scope of services could lead to unforeseen cost increases if not managed tightly.
Positive Signals
- The firm-fixed-price contract provides cost certainty for the government.
- The award to an established entity suggests a level of trust in their capability to deliver.
- The contract duration indicates a commitment to sustained facility upkeep.
Sector Analysis
This contract falls within the facilities support services sector, a broad category encompassing a wide range of services necessary for the operation and maintenance of government buildings and grounds. The North American Industry Classification System (NAICS) code 561710 (Exterminating and Pest Control Services) is listed, which seems incongruent with the primary description of janitorial and grounds maintenance. However, the overall spending in this sector is substantial, as agencies rely heavily on these services to ensure safe, clean, and functional working environments. Benchmarking this specific contract's value against broader facilities maintenance contracts would require more granular data on service scope and location.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a small business set-aside. The prime contractor, Chenega Government Mission Solutions, LLC, is likely a large business, and their subcontracting plans, if any, are not detailed here. This means the direct economic benefit to the small business ecosystem from this specific award is likely minimal.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of the U.S. Customs and Border Protection contracting officer and their representatives. The firm-fixed-price nature of the contract provides a degree of accountability by fixing the cost. However, the effectiveness of oversight depends on the agency's diligence in monitoring performance and ensuring compliance with the contract terms. Transparency is limited by the sole-source award and the lack of publicly available detailed performance reports.
Related Government Programs
- Federal Buildings and Grounds Maintenance
- Government Facility Support Services
- Department of Homeland Security Contracts
- U.S. Customs and Border Protection Operations
Risk Flags
- Sole-source award limits competition and potential for cost savings.
- NAICS code mismatch requires clarification.
- Lack of detailed performance metrics hinders value assessment.
Tags
facilities-support, janitorial-services, grounds-maintenance, homeland-security, customs-and-border-protection, texas, firm-fixed-price, sole-source, large-business, defensive-operations
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $2.1 million to CHENEGA GOVERNMENT MISSION SOLUTIONS, LLC. JANITORIAL, GROUNDS MAINTENANCE, REFUSE AND SNOW REMOVAL SERVICES
Who is the contractor on this award?
The obligated recipient is CHENEGA GOVERNMENT MISSION SOLUTIONS, 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 $2.1 million.
What is the period of performance?
Start: 2025-09-30. End: 2027-03-31.
What is the track record of Chenega Government Mission Solutions, LLC in performing similar federal contracts?
Chenega Government Mission Solutions, LLC has a history of performing various government contracts, including those related to facilities maintenance and support services. Their portfolio often includes a range of services for different federal agencies. To assess their track record specifically for janitorial, grounds maintenance, refuse, and snow removal, a deeper dive into their past performance evaluations, contract history, and client feedback would be necessary. This would involve reviewing contract databases for similar awards, examining any reported performance issues or commendations, and understanding their capacity to manage contracts of this scope and duration. Without this specific data, it's difficult to provide a definitive assessment of their suitability and past success in this precise service area.
How does the awarded price compare to market rates for similar janitorial and grounds maintenance services?
The awarded price of $2.1 million for approximately 547 days of janitorial, grounds maintenance, refuse, and snow removal services is difficult to benchmark without more specific details on the scope of work, service levels, and geographic coverage within Texas. As a sole-source award, there was no direct competitive bidding to establish a market-driven price. To compare, one would need to identify similar-sized federal or commercial contracts in the same region, factoring in differences in square footage, frequency of service, specific tasks (e.g., types of landscaping, extent of snow removal), and labor costs. The firm-fixed-price nature provides cost certainty but doesn't inherently guarantee the best value without a competitive baseline.
What are the primary risks associated with this sole-source contract award?
The primary risks associated with this sole-source contract award include potential overpayment due to the lack of competitive pricing, reduced incentive for the contractor to innovate or improve efficiency, and a lack of transparency in the procurement process. Without competition, taxpayers may not be receiving the best possible value for their money. There's also a risk that the contractor may not be the most capable or cost-effective provider available. Furthermore, the reliance on a single source can create vulnerabilities if the contractor experiences performance issues or faces financial instability, potentially disrupting essential services.
How effective are the oversight mechanisms for ensuring the quality of services provided under this contract?
The effectiveness of oversight for this contract hinges on the diligence of the U.S. Customs and Border Protection's contracting officer and their representatives (CORs). While the firm-fixed-price contract establishes clear cost expectations, the quality of services like janitorial and grounds maintenance is often subjective and requires active monitoring. Robust oversight would involve regular site inspections, performance reviews against contract requirements, and prompt addressing of any deficiencies. The absence of detailed performance metrics in the provided data makes it challenging to assess the current oversight framework. Strong communication channels and clear reporting requirements are crucial for ensuring accountability and service quality.
What is the historical spending pattern for janitorial and grounds maintenance services by U.S. Customs and Border Protection?
Analyzing historical spending patterns for janitorial and grounds maintenance services by U.S. Customs and Border Protection (CBP) would provide context for the current $2.1 million award. This would involve examining previous contract awards for similar services, noting the number of competitors, contract types, durations, and total values over several fiscal years. Understanding whether spending has increased, decreased, or remained stable, and whether services have been consistently procured through competitive or sole-source means, would reveal trends. Such analysis could highlight potential shifts in agency needs, changes in contracting strategies, or identify opportunities for cost savings through more competitive procurement.
What is the significance of the NAICS code 561710 (Exterminating and Pest Control Services) being listed when the contract is for janitorial and grounds maintenance?
The discrepancy between the contract description (janitorial, grounds maintenance, refuse, and snow removal) and the listed NAICS code (561710 - Exterminating and Pest Control Services) is notable and requires clarification. It's possible that pest control is a component of the overall grounds maintenance or facility upkeep services required, or it could be an administrative error in the contract data. If pest control is a significant part of the service, it might justify the NAICS code. However, if it's a minor or incidental service, the primary NAICS code should reflect the dominant nature of the contract, which appears to be facilities maintenance. This inconsistency could impact how the contract is categorized in spending analyses and may warrant further investigation by the agency.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Services to Buildings and Dwellings › Exterminating and Pest Control Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 70B03C25Q00000396
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 609 INDEPENDENCE PARKWAY, CHESAPEAKE, VA, 23320
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $6,344,035
Exercised Options: $2,099,029
Current Obligation: $2,099,029
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2025-09-30
Current End Date: 2027-03-31
Potential End Date: 2030-03-31 18:13:02
Last Modified: 2026-03-31
More Contracts from Chenega Government Mission Solutions, LLC
- Child and Youth Program Coordinators (cypc) Support Services - ONE Time Action — $18.4M (Department of Defense)
- Task Order 2 - Oags Contract and Grant Support Services Idiq Contract — $3.5M (Department of Health and Human Services)
- Iiam Radiant Logic Implementation Support — $3.3M (Department of the Treasury)
- Janitorial and Grounds Maintenance — $2.9M (Department of Homeland Security)
- Dhqp Program Management and Support — $2.3M (Department of Health and Human Services)
View all Chenega Government Mission Solutions, LLC federal contracts →
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)