HHS FDA Awards $4.1M Contract for Shuttle Services to C2 Alaska, LLC
Contract Overview
Contract Amount: $4,138,346 ($4.1M)
Contractor: C2 Alaska, LLC
Awarding Agency: Department of Health and Human Services
Start Date: 2024-12-20
End Date: 2027-01-17
Contract Duration: 758 days
Daily Burn Rate: $5.5K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Transportation
Official Description: TO PROVIDE SCHEDULE SHUTTLE SERVICES FOR FDA?S WHITE OAK CAMPUS.
Place of Performance
Location: SILVER SPRING, MONTGOMERY County, MARYLAND, 20901
State: Maryland Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $4.1 million to C2 ALASKA, LLC for work described as: TO PROVIDE SCHEDULE SHUTTLE SERVICES FOR FDA?S WHITE OAK CAMPUS. Key points: 1. Contract awarded to C2 Alaska, LLC for shuttle services at FDA's White Oak Campus. 2. The contract value is $4,138,346.36 over its period of performance. 3. Competition was full and open after exclusion of sources, indicating a competitive process. 4. The sector is primarily transportation/logistics supporting government operations.
Value Assessment
Rating: good
The contract value appears reasonable for a multi-year shuttle service contract supporting a large federal campus. Benchmarking against similar government shuttle contracts would provide a more definitive assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition after exclusion of sources. This method generally promotes price discovery and competition, leading to potentially better pricing for the government.
Taxpayer Impact: Taxpayers benefit from a competitive bidding process that aims to secure services at a fair market price.
Public Impact
Ensures continued transportation for FDA personnel and visitors at the White Oak Campus. Supports the operational efficiency of the Food and Drug Administration. Provides employment opportunities through the awarded contractor.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for service disruptions if contractor performance is poor.
- Reliance on a single contractor for essential shuttle services.
Positive Signals
- Competitive award process.
- Clear period of performance defined.
- Firm fixed price contract type limits cost uncertainty.
Sector Analysis
This contract falls within the transportation and logistics sector, specifically providing shuttle services. Government spending in this area is often driven by the need to support large federal facilities and employee commutes.
Small Business Impact
The data does not indicate whether small businesses were involved as subcontractors. Further analysis would be needed to determine small business participation.
Oversight & Accountability
The contract is managed by the Department of Health and Human Services, Food and Drug Administration. Standard government oversight processes would apply to ensure contract compliance and performance.
Related Government Programs
- Parking Lots and Garages
- Department of Health and Human Services Contracting
- Food and Drug Administration Programs
Risk Flags
- Contract duration is substantial (over 2 years).
- Service is critical for campus operations.
- Potential for price increases in future contract renewals.
- Dependence on contractor's fleet maintenance and driver availability.
Tags
parking-lots-and-garages, department-of-health-and-human-services, md, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $4.1 million to C2 ALASKA, LLC. TO PROVIDE SCHEDULE SHUTTLE SERVICES FOR FDA?S WHITE OAK CAMPUS.
Who is the contractor on this award?
The obligated recipient is C2 ALASKA, LLC.
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (Food and Drug Administration).
What is the total obligated amount?
The obligated amount is $4.1 million.
What is the period of performance?
Start: 2024-12-20. End: 2027-01-17.
What is the benchmark cost for similar shuttle services at other federal facilities?
Benchmarking similar shuttle services at other federal facilities is crucial for validating the $4.1M award. Factors like campus size, route complexity, vehicle type, and service frequency significantly influence costs. Without specific comparative data, it's difficult to definitively assess if this contract represents optimal value, though the competitive award process suggests a reasonable outcome.
What are the key performance indicators (KPIs) for this shuttle service contract?
Key performance indicators for this shuttle service contract would likely include on-time performance, passenger satisfaction, vehicle maintenance records, and adherence to safety protocols. The FDA's contracting officer and technical representatives would monitor these KPIs to ensure C2 Alaska, LLC meets the service requirements outlined in the contract.
How will the effectiveness of the shuttle service be measured throughout the contract period?
The effectiveness of the shuttle service will be measured through regular performance reviews by the FDA, analysis of rider feedback, and monitoring of service reliability metrics. The firm fixed price structure incentivizes the contractor to maintain service quality efficiently. Any deviations from performance standards could lead to contract remedies.
Industry Classification
NAICS: Other Services (except Public Administration) › Other Personal Services › Parking Lots and Garages
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › OTHER TRANSPORT, TRAVEL, RELOCAT SV
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: 5253 PRUE RD STE 230, SAN ANTONIO, TX, 78240
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, 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: $14,180,867
Exercised Options: $4,138,346
Current Obligation: $4,138,346
Actual Outlays: $2,038,958
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 75F40125D00005
IDV Type: IDC
Timeline
Start Date: 2024-12-20
Current End Date: 2027-01-17
Potential End Date: 2030-07-17 00:00:00
Last Modified: 2026-03-24
More Contracts from C2 Alaska, LLC
- Ipass 2.0 in Support of ENF — $74.9M (Securities and Exchange Commission)
- Program Management and Case Services — $14.1M (Social Security Administration)
- Ipass 2.0 Services in Support of OSO for Foia — $10.2M (Securities and Exchange Commission)
- Physical Therapists — $8.9M (Department of Defense)
- Administrative Support Services — $8.8M (Securities and Exchange Commission)
Other Department of Health and Human Services Contracts
- Contact Center Operations (CCO) — $5.5B (Maximus Federal Services, Inc.)
- TAS::75 0849::TAS Oper of Govt R&D Goco Facilities — $4.8B (Leidos Biomedical Research Inc)
- THE Purpose of This Contract IS to Provide the Full Complement of Services Necessary to Care for UC in ORR Custody Including Facilities Set-Up, Maintenance, and Support Internal and Perimeter (IF Applicable) Security, Direct Care and Supervision Inc — $3.5B (Rapid Deployment Inc)
- Contact Center Operations — $2.6B (Maximus Federal Services, Inc.)
- Federal Contract — $2.4B (Leidos Biomedical Research Inc)
View all Department of Health and Human Services contracts →