HHS awards $45K for tree removal services to Chenega Reliable Services LLC
Contract Overview
Contract Amount: $45,399 ($45.4K)
Contractor: Chenega Reliable Services LLC
Awarding Agency: Department of Health and Human Services
Start Date: 2025-06-06
End Date: 2026-05-06
Contract Duration: 334 days
Daily Burn Rate: $136/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TO REMOVE A TOTAL OF TWENTY (20) MEDIUM TREES | "EMERGENCY" NON-RECURRING CLIN.
Place of Performance
Location: BETHESDA, MONTGOMERY County, MARYLAND, 20894
State: Maryland Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $45,399 to CHENEGA RELIABLE SERVICES LLC for work described as: TO REMOVE A TOTAL OF TWENTY (20) MEDIUM TREES | "EMERGENCY" NON-RECURRING CLIN. Key points: 1. Contract awarded for emergency tree removal, indicating a potentially urgent need. 2. The fixed-price contract structure limits cost overruns for the government. 3. The award was made under full and open competition, suggesting a competitive process. 4. The contract duration is approximately 11 months, aligning with the scope of services. 5. The services are categorized under Facilities Support Services, a broad operational category. 6. The small business status of the contractor is not specified, but the contract was not set aside.
Value Assessment
Rating: fair
The contract value of $45,399 for tree removal services appears reasonable for an emergency, non-recurring need. Without specific details on the number and size of trees, or the complexity of the removal, a direct comparison to similar contracts is difficult. However, the firm-fixed-price nature of the award provides cost certainty for the government. The value is relatively small in the context of federal contracting, suggesting a localized or specific service requirement.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. The specific number of bids received is not provided, but this method generally promotes price discovery and allows the government to select the best value. The use of a BPA Call suggests that a broader contract vehicle was already in place, and this specific task order was competed.
Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it encourages multiple vendors to bid, potentially driving down prices and ensuring the government receives competitive offers.
Public Impact
The primary beneficiaries are the National Institutes of Health (NIH) facilities, which will have hazardous trees removed. The service delivered is emergency tree removal, addressing immediate safety or operational concerns. The geographic impact is localized to Maryland, where the NIH facilities are located. The contract supports the maintenance and safety of federal property.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detail on the number and size of trees removed makes it difficult to fully assess value.
- The 'emergency' nature of the contract could imply a higher cost than planned maintenance.
- No information on small business subcontracting opportunities is readily available.
Positive Signals
- Firm-fixed-price contract provides cost certainty.
- Awarded under full and open competition, suggesting a competitive process.
- Contract duration aligns with the described scope of services.
Sector Analysis
This contract falls within the Facilities Support Services sector, which encompasses a wide range of services necessary for the operation and maintenance of government facilities. This includes maintenance, repair, custodial, and security services. Federal spending in this sector is substantial, supporting the upkeep of numerous government buildings and grounds across the country. This specific award is a small component of that broader spending, focused on a specialized, non-recurring task.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses, nor does it explicitly state that the awardee is a small business. While Chenega Reliable Services LLC may be a small business, the contract was competed broadly. There is no information provided regarding subcontracting plans, so the direct impact on the small business ecosystem is unclear from this data alone.
Oversight & Accountability
As a BPA Call issued by the National Institutes of Health (part of HHS), oversight would typically involve program managers within NIH responsible for ensuring contract performance and adherence to terms. The firm-fixed-price nature of the contract provides a degree of financial oversight by limiting the government's liability. Transparency is generally facilitated through federal procurement databases where contract awards are reported.
Related Government Programs
- Facilities Maintenance Contracts
- Groundskeeping Services
- Emergency Services Contracts
- Department of Health and Human Services Contracts
Risk Flags
- Emergency Procurement
- Limited Scope Specificity
Tags
facilities-support-services, hhs, national-institutes-of-health, maryland, firm-fixed-price, full-and-open-competition, bpa-call, non-recurring, tree-removal, emergency-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $45,399 to CHENEGA RELIABLE SERVICES LLC. TO REMOVE A TOTAL OF TWENTY (20) MEDIUM TREES | "EMERGENCY" NON-RECURRING CLIN.
Who is the contractor on this award?
The obligated recipient is CHENEGA RELIABLE SERVICES LLC.
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (National Institutes of Health).
What is the total obligated amount?
The obligated amount is $45,399.
What is the period of performance?
Start: 2025-06-06. End: 2026-05-06.
What is the typical cost range for emergency tree removal services for federal agencies of similar size and scope?
Determining a precise cost range for emergency tree removal is challenging without specific details about the scope of work, such as the number, size, and species of trees, as well as the accessibility of the site and the urgency of the removal. However, federal agencies often utilize indefinite-delivery indefinite-quantity (IDIQ) contracts or blanket purchase agreements (BPAs) for such services, which can provide pre-negotiated rates. For a task order valued at $45,399, it suggests a moderate scope, potentially involving the removal of several large trees or a more extensive number of smaller ones in a complex environment. Benchmarking against publicly available data for similar emergency tree removal contracts, especially those awarded under full and open competition, would be necessary for a more accurate comparison. Factors like prevailing wages, disposal fees, and required safety protocols in the specific geographic region (Maryland, in this case) also influence pricing.
What specific criteria led to this contract being classified as 'emergency'?
The classification of this contract as 'emergency' typically stems from an unforeseen event or condition that poses an immediate threat to life, property, or essential government operations. For tree removal, this could include trees that are severely damaged by storms, disease, or pests, making them unstable and at risk of falling and causing significant damage to buildings, infrastructure, or posing a direct safety hazard to personnel. The 'non-recurring' nature further suggests it is a one-time event rather than part of a routine maintenance schedule. The specific justification for the emergency classification would be documented by the contracting officer at the National Institutes of Health, likely detailing the immediate risks and the necessity for rapid procurement outside of standard timelines, although this award was still made under full and open competition.
How does the firm-fixed-price (FFP) contract type mitigate risk for the government in this scenario?
The firm-fixed-price (FFP) contract type is highly advantageous for the government in scenarios like emergency tree removal because it shifts the majority of the cost risk to the contractor. Under an FFP contract, the price is set and not subject to adjustment based on the contractor's actual costs. This means that Chenega Reliable Services LLC is responsible for completing the work for the agreed-upon $45,399, regardless of unforeseen difficulties they might encounter during the tree removal process. This provides the government with budget certainty and protects against potential cost overruns that could occur with other contract types, such as cost-plus contracts, especially in a situation where the exact scope or challenges might not be fully known upfront due to the emergency nature.
What is the track record of Chenega Reliable Services LLC in performing similar facilities support services for the federal government?
Chenega Reliable Services LLC is a known entity in federal contracting, often performing a variety of services including facilities support, logistics, and base operations. To assess their track record specifically for tree removal or similar emergency grounds maintenance, a review of their past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS) would be necessary. Federal agencies typically consider past performance as a significant factor in award decisions. While the company has a broad portfolio, the specific experience and success rate on contracts with similar emergency response requirements and scope would be key indicators of their capability to successfully execute this particular task order for the NIH.
What are the potential implications of awarding this contract under a BPA Call versus a direct solicitation?
Awarding this contract under a Blanket Purchase Agreement (BPA) Call implies that a broader BPA contract vehicle was already established, likely through a prior competitive process, for facilities support services. Utilizing a BPA Call allows for expedited procurement of specific services or supplies that fall within the scope of the parent BPA. This can lead to faster delivery times and potentially more streamlined administrative processes compared to a full, standalone solicitation. The competition for this specific task order (BPA Call) would have occurred among vendors who were eligible under the existing BPA, or as specified in the BPA's terms. If the BPA itself was competed broadly, then this method still leverages that initial competition while allowing for efficient task order issuance.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 5253 PRUE RD, 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: $45,399
Exercised Options: $45,399
Current Obligation: $45,399
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 75N99022A00023
IDV Type: BPA
Timeline
Start Date: 2025-06-06
Current End Date: 2026-05-06
Potential End Date: 2026-05-06 00:00:00
Last Modified: 2026-04-09
More Contracts from Chenega Reliable Services LLC
- Beale Refueler Parking LOT Repairs — $6.6M (Department of Defense)
- Snow Accumulation Event — $3.0M (Department of Health and Human Services)
- Onsite Health Clinic Services — $2.9M (Department of Commerce)
- Medical Logicians and Supply Technicians — $2.8M (Department of Defense)
- Doe/Nnsa Nevada Support Facility (NSF) Operations, Maintenance and Support Services (omss) AT the Nevada Field Office (NFO) in LAS Vegas, NV — $2.6M (Department of Energy)
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 →