Air Force custodial services contract awarded to PRIDE INDUSTRIES for over $11.7 million, spanning four years
Contract Overview
Contract Amount: $11,732,476 ($11.7M)
Contractor: Pride Industries
Awarding Agency: Department of Defense
Start Date: 2007-10-01
End Date: 2011-09-30
Contract Duration: 1,460 days
Daily Burn Rate: $8.0K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: BASE CUSTODIAL SERVICES
Place of Performance
Location: TRAVIS AFB, SOLANO County, CALIFORNIA, 94535
Plain-Language Summary
Department of Defense obligated $11.7 million to PRIDE INDUSTRIES for work described as: BASE CUSTODIAL SERVICES Key points: 1. Value for money appears fair given the duration and firm fixed price, though specific performance metrics are not detailed. 2. Competition dynamics indicate a sole-source award, potentially limiting price discovery and innovation. 3. Risk indicators are moderate, with a long contract duration and a single awardee potentially increasing contractor dependency. 4. Performance context is limited without specific quality or service level data. 5. Sector positioning places this contract within the facilities maintenance and management sector, a common area for government outsourcing.
Value Assessment
Rating: fair
The contract's total value of over $11.7 million for a four-year period averages approximately $2.9 million annually. Benchmarking this against similar custodial service contracts is challenging without more granular data on the scope of services and facility size. However, the firm fixed-price structure suggests a predictable cost for the government, assuming the scope of work remains consistent. The absence of detailed performance metrics makes a definitive value assessment difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when only one vendor can provide the required services, often due to unique capabilities, existing infrastructure, or specific security requirements. The lack of competition means that the government did not benefit from a bidding process that could have driven down prices or spurred innovation from multiple offerors.
Taxpayer Impact: For taxpayers, a sole-source award means that the government may not have achieved the most cost-effective price possible, as there was no competitive pressure to incentivize lower bids.
Public Impact
The primary beneficiaries are the Department of the Air Force personnel and facilities at the specified California location, who receive essential cleaning and maintenance services. The services delivered include general custodial work, ensuring a clean and safe working environment. The geographic impact is localized to the Air Force installation in California where the contract is being performed. Workforce implications involve the employment of individuals by PRIDE INDUSTRIES to perform these custodial duties.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pressure, potentially leading to higher costs than a competed contract.
- Lack of detailed performance metrics makes it difficult to assess service quality and contractor accountability.
- Long contract duration (4 years) could lead to complacency or reduced incentive for continuous improvement.
Positive Signals
- Firm fixed-price contract provides cost certainty for the government.
- Established contractor (PRIDE INDUSTRIES) likely has experience in government contracting.
- Contract supports essential base operations, contributing to mission readiness.
Sector Analysis
This contract falls within the facilities support services sector, a significant segment of the government contracting market. This sector encompasses a wide range of services, including janitorial, maintenance, and groundskeeping. Government spending in this area is substantial, driven by the need to maintain numerous federal facilities across the country. Comparable spending benchmarks are difficult to establish without knowing the specific size and complexity of the facilities being serviced.
Small Business Impact
This contract does not appear to have a small business set-aside component, as indicated by 'sb': false. Furthermore, there is no explicit mention of subcontracting requirements for small businesses. This suggests that the primary contractor, PRIDE INDUSTRIES, will likely perform the majority of the work directly, with limited direct benefit to the small business ecosystem through subcontracting opportunities on this specific award.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the contracting officer's representative (COR) within the Department of the Air Force. They are responsible for monitoring performance, ensuring compliance with contract terms, and approving payments. Transparency is facilitated through contract databases like FPDS, but detailed performance reports or Inspector General involvement would depend on specific performance issues or audits.
Related Government Programs
- Base Operations Support (BOS)
- Facilities Maintenance Services
- Government Cleaning Contracts
- Department of Defense Service Contracts
Risk Flags
- Sole-source award may limit cost savings.
- Lack of detailed performance metrics hinders objective quality assessment.
- Contract duration could reduce incentive for continuous improvement.
Tags
facilities-support, custodial-services, department-of-defense, air-force, california, firm-fixed-price, sole-source, large-contract, service-contract, janitorial
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $11.7 million to PRIDE INDUSTRIES. BASE CUSTODIAL SERVICES
Who is the contractor on this award?
The obligated recipient is PRIDE INDUSTRIES.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Air Force).
What is the total obligated amount?
The obligated amount is $11.7 million.
What is the period of performance?
Start: 2007-10-01. End: 2011-09-30.
What is the historical spending pattern for custodial services at this specific Air Force installation?
Analyzing historical spending for custodial services at this specific Air Force installation would require accessing past contract awards for similar services at the same location. Without access to that granular data, it's impossible to determine if the $11.7 million over four years represents an increase, decrease, or stable level of investment compared to previous periods. Trends in spending can be influenced by factors such as changes in facility size, operational tempo, budget allocations, and the competitive landscape for service providers. A detailed historical analysis would reveal if this contract award aligns with or deviates from established spending patterns, potentially highlighting efficiency gains or cost escalations.
How does the per-square-foot cleaning cost compare to industry benchmarks for similar government facilities?
To compare the per-square-foot cleaning cost to industry benchmarks, we would need to know the total square footage of the facilities covered by this contract and the total contract value allocated for cleaning services. Assuming the $11.7 million covers all custodial duties for the four-year period, we could derive an annual cost. However, without the square footage, a direct per-square-foot calculation is impossible. Even with that figure, comparing it to industry benchmarks requires understanding the specific types of services included (e.g., basic janitorial vs. deep cleaning, specialized sanitation) and the operational intensity of the facility. Government facilities often have unique security and access requirements that can influence costs differently than commercial benchmarks.
What are PRIDE INDUSTRIES' past performance ratings on similar government contracts?
PRIDE INDUSTRIES' past performance ratings on similar government contracts are crucial for assessing the risk associated with this award. While this specific contract data does not include detailed past performance evaluations, government agencies typically maintain records of contractor performance, often accessible through systems like the Contractor Performance Assessment Reporting System (CPARS). Agencies review these ratings during the source selection process. Positive ratings in areas like quality of product or service, cost control, and timeliness would indicate a lower risk. Conversely, negative ratings or unresolved issues could signal potential problems in service delivery, cost overruns, or schedule delays for this new contract. A thorough review would involve examining CPARS data and any debriefings from previous contracts.
What specific performance metrics are included in the contract to ensure service quality?
The provided data does not specify the performance metrics included in this contract to ensure service quality. Typically, custodial service contracts include Service Level Agreements (SLAs) or Performance Work Statements (PWS) that detail measurable standards for cleanliness, response times for issues, and frequency of specific tasks. These metrics are essential for the government to objectively evaluate the contractor's performance and hold them accountable. Without this information, it is difficult to assess whether the government has adequate mechanisms in place to guarantee the expected level of service and value for the $11.7 million investment. The absence of detailed metrics could indicate a reliance on general oversight or a less rigorous performance management approach.
How does the duration of this contract (4 years) compare to typical custodial service contracts awarded by the Air Force?
The four-year duration of this custodial services contract is relatively standard for many service contracts awarded by the Department of Defense, including the Air Force. Contracts for services like janitorial support often range from one to five years, sometimes with options for extension. Longer durations can provide stability for both the government and the contractor, potentially leading to better service integration and cost efficiencies through economies of scale. However, extended periods without re-competition can also reduce the government's ability to benefit from market changes or technological advancements. The specific duration is often determined by factors such as the complexity of the services, the need for specialized equipment or training, and the agency's long-term facility management plans.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Services to Buildings and Dwellings › Janitorial Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 10030 FOOTHILLS BLVD, ROSEVILLE, CA, 03
Business Categories: AbilityOne Program Participant, Category Business, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $11,732,476
Exercised Options: $11,732,476
Current Obligation: $11,732,476
Contract Characteristics
Cost or Pricing Data: NO
Timeline
Start Date: 2007-10-01
Current End Date: 2011-09-30
Potential End Date: 2011-09-30 00:00:00
Last Modified: 2011-09-01
More Contracts from Pride Industries
- Buildings and Structures — $292.2M (Department of Defense)
- DPW Fort Polk Facilities Maintenance — $184.7M (Department of Defense)
- Installation Level Maintenance Contract — $155.4M (Department of Defense)
- Preventative Maintenance Order PMO Labor — $105.4M (Department of Defense)
- Recurring Work Program — $86.0M (Department of Defense)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)