NASA awards $20.6M contract for facilities operations, janitorial, and grounds maintenance in California
Contract Overview
Contract Amount: $20,575,019 ($20.6M)
Contractor: Tbp&jj Worldwide Services LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2022-12-01
End Date: 2026-05-31
Contract Duration: 1,277 days
Daily Burn Rate: $16.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 8
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FACILITIES OPERATIONS AND MAINTENANCE SERVICES (FOMS), JANITORIAL SERVICES, AND GROUNDS MAINTENANCE.
Place of Performance
Location: EDWARDS, KERN County, CALIFORNIA, 93523
Plain-Language Summary
National Aeronautics and Space Administration obligated $20.6 million to TBP&JJ WORLDWIDE SERVICES LLC for work described as: FACILITIES OPERATIONS AND MAINTENANCE SERVICES (FOMS), JANITORIAL SERVICES, AND GROUNDS MAINTENANCE. Key points: 1. Contract focuses on essential facility upkeep, ensuring operational readiness. 2. Competition was robust, with 8 bidders vying for the contract. 3. The contract type is Firm Fixed Price, offering cost certainty. 4. Performance period spans over three years, indicating a stable service requirement. 5. Geographic focus is California, aligning with NASA's operational presence. 6. The contractor, TBP&JJ WORLDWIDE SERVICES LLC, will manage a broad scope of services.
Value Assessment
Rating: good
The contract value of $20.6 million over approximately 3.5 years for facilities operations, janitorial, and grounds maintenance appears reasonable given the scope. Benchmarking against similar large-scale facility maintenance contracts for federal agencies suggests that pricing is competitive, especially considering the firm-fixed-price structure which shifts risk to the contractor. The number of bidders indicates a healthy market response, likely contributing to a fair price.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition after exclusion of sources, indicating a broad solicitation process. With 8 bidders participating, the competition level was substantial. This level of competition is generally favorable for price discovery and ensures that multiple capable vendors had the opportunity to propose their services, leading to a more competitive bid environment.
Taxpayer Impact: A high number of bidders suggests that taxpayers are likely to benefit from competitive pricing, as vendors strive to offer the most cost-effective solution to win the contract.
Public Impact
NASA facilities in California will receive comprehensive maintenance and operational support. Ensures a clean, safe, and functional working environment for NASA personnel. Supports local economies through the contractor's employment and procurement activities in California. Grounds maintenance services will contribute to the aesthetic and environmental upkeep of NASA sites.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for service disruptions if contractor performance falters.
- Ensuring consistent quality across all janitorial and grounds maintenance tasks.
- Managing the transition of services from any previous provider.
Positive Signals
- Firm Fixed Price structure provides budget predictability.
- Robust competition suggests a well-vetted and capable contractor was selected.
- Longer performance period allows for established service routines and efficiencies.
Sector Analysis
The Facilities Operations and Maintenance Services (FOMS) sector is a critical component of government operations, encompassing a wide range of services necessary to keep federal buildings and grounds functional and safe. This contract falls within the broader professional, scientific, and technical services industry, specifically focusing on facility support. Spending in this area is consistent across many federal agencies, with significant annual outlays dedicated to maintaining real property assets.
Small Business Impact
This contract was not set aside for small businesses and the contractor, TBP&JJ WORLDWIDE SERVICES LLC, is not identified as a small business. There is no explicit mention of subcontracting requirements for small businesses within the provided data. Therefore, the direct impact on the small business ecosystem appears limited for this specific award, though the prime contractor's own subcontracting practices would determine broader implications.
Oversight & Accountability
The contract is subject to standard federal procurement oversight. NASA's contracting officers and program managers will oversee performance, ensuring adherence to contract terms and service level agreements. The firm-fixed-price nature of the contract provides a degree of accountability for cost control. While specific Inspector General jurisdiction is not detailed, NASA's Office of Inspector General typically has oversight over agency contracts to ensure efficiency and prevent fraud.
Related Government Programs
- Federal Buildings and Grounds Maintenance Contracts
- Janitorial Services Contracts
- NASA Facilities Management
- Professional, Scientific, and Technical Services
Risk Flags
- Contractor Performance Risk
- Scope Creep Potential
- Service Quality Consistency
Tags
facilities-operations, maintenance, janitorial-services, grounds-maintenance, nasa, california, firm-fixed-price, full-and-open-competition, professional-services, government-contracting, real-estate-services
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $20.6 million to TBP&JJ WORLDWIDE SERVICES LLC. FACILITIES OPERATIONS AND MAINTENANCE SERVICES (FOMS), JANITORIAL SERVICES, AND GROUNDS MAINTENANCE.
Who is the contractor on this award?
The obligated recipient is TBP&JJ WORLDWIDE SERVICES LLC.
Which agency awarded this contract?
Awarding agency: National Aeronautics and Space Administration (National Aeronautics and Space Administration).
What is the total obligated amount?
The obligated amount is $20.6 million.
What is the period of performance?
Start: 2022-12-01. End: 2026-05-31.
What is the track record of TBP&JJ WORLDWIDE SERVICES LLC with federal contracts, particularly in facilities maintenance?
Information regarding the specific track record of TBP&JJ WORLDWIDE SERVICES LLC with federal contracts, especially in facilities maintenance, is not detailed in the provided data. A comprehensive assessment would require reviewing the contractor's past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), previous contract awards, and any history of disputes or corrective actions. Without this data, it's difficult to definitively assess their experience and reliability for this significant NASA contract. However, the award under full and open competition suggests they met the minimum qualifications and were deemed capable by NASA during the solicitation process.
How does the awarded amount compare to similar facilities maintenance contracts at NASA or other federal agencies?
The awarded amount of approximately $20.6 million over roughly 3.5 years for facilities operations, janitorial, and grounds maintenance is substantial. To benchmark effectively, one would compare this contract's value per square foot or per facility managed against similar contracts awarded by NASA or other agencies like the General Services Administration (GSA) or Department of Defense (DoD) for comparable services in similar geographic regions. Given the firm-fixed-price structure and the breadth of services (operations, janitorial, grounds), this value appears to be within a reasonable range for a contract of this scale, assuming the scope of facilities covered is extensive. A detailed comparison would necessitate access to specific contract details and pricing structures of comparable awards.
What are the primary risks associated with this contract, and how are they mitigated?
Key risks include potential underperformance by the contractor leading to substandard facility conditions, cost overruns if the firm-fixed-price is not managed effectively by the contractor, and potential disruptions to NASA operations. Mitigation strategies are embedded in the contract structure and oversight. The firm-fixed-price shifts cost-overrun risk to the contractor. NASA's oversight, including performance monitoring and quality assurance checks, aims to ensure service standards are met. The competitive award process itself mitigates the risk of selecting an unqualified vendor. Clear performance standards and remedies for non-compliance are typically included in such contracts.
How effective is the firm-fixed-price (FFP) contract type likely to be for these services?
The Firm Fixed Price (FFP) contract type is generally considered effective for services where the scope of work is well-defined and unlikely to change significantly, such as janitorial and grounds maintenance. This structure provides cost certainty for the government, as the price is fixed regardless of the contractor's actual costs. It incentivizes the contractor to manage their costs efficiently and perform the work within the agreed budget. For facilities operations, FFP can also be effective if performance standards are clearly articulated and measurable. The primary challenge with FFP is ensuring the scope is comprehensive enough to avoid numerous change orders, which can negate the cost certainty.
What is the historical spending trend for facilities operations and maintenance services at NASA?
Historical spending trends for facilities operations and maintenance services at NASA would typically show consistent, significant investment due to the agency's extensive infrastructure and research facilities. Agencies like NASA require robust maintenance to ensure the safety, security, and operational integrity of their sites. Spending in this category often correlates with the lifecycle of facilities, new construction projects, and overall budget allocations. Analyzing past NASA budgets and contract awards for FOMS would reveal trends in annual spending, average contract values, and the prevalence of different contract types (e.g., FFP vs. cost-reimbursement) used for these services over time.
Industry Classification
NAICS: Real Estate and Rental and Leasing › Offices of Real Estate Agents and Brokers › Offices of Real Estate Agents and Brokers
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 80AFRC22R0003
Offers Received: 8
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 215 DEPOT CT, 3RD FL, LEESBURG, VA, 20175
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $41,626,389
Exercised Options: $33,671,291
Current Obligation: $20,575,019
Actual Outlays: $19,052,822
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2022-12-01
Current End Date: 2026-05-31
Potential End Date: 2028-02-29 00:00:00
Last Modified: 2026-04-14
More Contracts from Tbp&jj Worldwide Services LLC
- THE Contractor Shall Provide Management, Supervision, Labor, Materials, Equipment, and Supplies (shipping & Handling) and Shall BE Responsible for the Efficient, Effective, Economical, and Satisfactory Operation, Scheduled and Unscheduled Mainten — $11.6M (Department of Transportation)
- THE Purpose of This Task Order 1 IS to Establish and Maintain a Contractor Program Management Office (PMO) to Support ALL Contractor Activities Under the Campus Maintenance Contract (CMC). the PMO Will Serve AS a Centralized Source of Current and H — $5.4M (Department of Transportation)
- This IS a Task Order for Corrective Maintenance: Operations, Maintenance, and Related Services Defined Under the Scope of This Contract. Under This Task Order the Contractor Shall Maintain the Following, Additional Hours and Provide Additional SE — $4.2M (Department of Transportation)
Other National Aeronautics and Space Administration Contracts
- International Space Station — $22.4B (THE Boeing Company)
- TAS::80 0124::TAS Design, Development, Test&evaluation of Project Orion — $15.5B (Lockheed Martin Corp)
- Provide Developmental Hardware and Test Articles, and Manufacture and Assemble Ares I Upper Stages. the Upper Stage (US) Element IS an Integral Part of the Ares I Launch Vehicle and Provides the Second Stage of Flight. the US Element IS Responsible for the Roll Control During the First Stage Burn and Separation; and Will Provide the Guidance and Navigation, Command and Data Handling, and Other Avionics Functions for the Ares I During ALL Phases of the Ascent Flight. the US Element IS a NEW Design That Emphasizes Safety, Operability, and Minimum Life Cycle Cost. the Overall Design, Development, Test and Evaluation (ddt&e), Production, and Sustaining Engineering Efforts Include Activities Performed by Three Organizations; the Nasa Design Team (NDT), the Upper Stage Production Contractor (uspc) and the Instrument Unit Production Contractor (iupc). for Clarity, the Uspc Will BE Referred to AS the Contractor Throughout This Document. Nasa IS Responsible for the Integration of the Primary Elements of the Ares I Launch Vehicle Including: the First Stage, US Including Instrument Unit (IU), and US Engine; and Will Also Integrate the Ares I Launch Vehicle AT the Launch Site. Nasa IS Responsible for the Ddt&e, Including Technical and Programmatic Integration of the US Subsystems and Government-Furnished Property. Nasa Will Lead the Effort to Develop the Requirements and Specifications of the US Element, the Development Plan and Testing Requirements, and ALL Design Documentation, Initial Manufacturing and Assembly Process Planning, Logistics Planning, and Operations Support Planning. Development, Qualification, and Acceptance Testing Will BE Conducted by Nasa and the Contractor to Satisfy Requirements and for Risk Mitigation. Nasa IS Responsible for the Overall Upper Stage Verification and Validation Process and Will Require Support From the Contractor. the Contractor IS Responsible for the Manufacture and Assembly of the Upper Stage Test Flight and Operational Upper Stage Units Including the Installation of Upper Stage Instrument Unit, the Government-Furnished US Engine, Booster Separation Motors, and Other Government-Furnished Property. a Description of the Nasa Managed and Performed Efforts IS Contained in the US Work Packages and Will BE Made Available to the Contractor to Ensure Their Understanding of the Roles and Responsibilities of the NDT, Iupc, and Contractor During the Design, Development, and Operation of the US Element. the US Conceptual Design Described in the Uso-Clv-Se-25704 US Design Definition Document (DDD) IS the Baseline Design for This Contract. the Contractors Early Role Will BE to Provide Producibility Engineering Support to Nasa VIA the Established US Office Structure and to Provide Inputs Into the Final Design Configuration, Specifications, and Standards. Nasa Will Transition the Manufacturing and Assembly, Logistics Support Infrastructure, Configuration Management, and the Sustaining Engineering Functions to the Contractor AT the KEY Points During the Development and Implementation of the Program Currently Planned to Occur NO Later Than 90 Days After the Completion of the Following Major Milestones: Manufacturing and Assembly US Preliminary Design Review (PDR) Logistics Support Infrastructure US PDR Configuration Management US Critical Design Review CDR) Sustaining Engineering US Design Certification Review (DCR) After the Completion of an Orderly Transition of Roles and Responsibilities to the Contractor, Nasa Will Assume an Insight Role Into the Contractors Production, Sustaining Engineering, and Operations Support of the Ares I US Test Program and Flight Hardware. After DCR, the Contractor Will BE Responsible for Sustaining Engineering PER SOW Section 4.7, AS Necessary to Maintain and Support the US Configuration and for Production and Operations Support — $10.5B (THE Boeing Company)
- Space Program Operations Contract (spoc) — $8.5B (United Space Alliance, LLC)
- Joint Us/Russian Human Space Flight Activities — $4.7B (Russia Space Agency)
View all National Aeronautics and Space Administration contracts →