DoD's $17.1M Facilities Support Services Contract Awarded to Cambridge International Systems Inc

Contract Overview

Contract Amount: $17,106,274 ($17.1M)

Contractor: Cambridge International Systems Inc.

Awarding Agency: Department of Defense

Start Date: 2021-02-12

End Date: 2025-01-28

Contract Duration: 1,446 days

Daily Burn Rate: $11.8K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 5

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: SECURITY COOPERATION OFFICE - COLOMBIA POP 12 FEB 2021 - 28 JAN 2025

Plain-Language Summary

Department of Defense obligated $17.1 million to CAMBRIDGE INTERNATIONAL SYSTEMS INC. for work described as: SECURITY COOPERATION OFFICE - COLOMBIA POP 12 FEB 2021 - 28 JAN 2025 Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract duration of 1446 days indicates a long-term need for these services. 3. Firm Fixed Price contract type helps manage cost certainty for the government. 4. The award is for Facilities Support Services, a critical operational function. 5. The contract is a Delivery Order, implying it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle or a similar framework.

Value Assessment

Rating: fair

The contract value of $17.1 million over approximately four years for facilities support services appears within a reasonable range for a government contract of this scope. Benchmarking against similar facilities support contracts is challenging without more specific details on the services provided and geographic location. However, the firm fixed-price structure suggests an attempt to control costs. Further analysis would require comparing the specific service deliverables and performance metrics against industry standards and other government contracts for comparable facilities.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of 5 bids suggests a moderate level of competition for this requirement. A higher number of bidders typically leads to more competitive pricing and a wider range of innovative solutions. The fact that 5 entities competed indicates that the market is aware of and capable of serving this requirement, but there may be room for increased competition in future procurements.

Taxpayer Impact: Full and open competition is generally beneficial for taxpayers as it drives down prices through market forces. The 5 bids received suggest that taxpayers likely received a fair price, though more bidders could have potentially yielded even greater savings.

Public Impact

The primary beneficiaries are the Department of Defense and its personnel at the supported facilities, ensuring operational readiness and a functional environment. Services delivered include facilities support, which can encompass a wide range of maintenance, repair, and operational functions. The geographic impact is specific to the location of the facilities managed under this contract, likely within a Department of the Air Force installation. Workforce implications include the creation or sustainment of jobs for personnel employed by Cambridge International Systems Inc. and its potential subcontractors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Facilities Support Services fall under the broader professional, scientific, and technical services sector. This sector is characterized by a mix of large corporations and specialized small businesses. Government contracts for facilities support are common across many agencies, covering everything from building maintenance and repair to groundskeeping and custodial services. The market size for government facilities support is substantial, with agencies constantly seeking efficient and cost-effective solutions to manage their vast real estate portfolios. This contract fits within the Defense sector's need for operational infrastructure maintenance.

Small Business Impact

The data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). There is no information provided on subcontracting plans or actual subcontracting to small businesses. Without this data, it's difficult to assess the impact on the small business ecosystem. Future procurements could benefit from clearer small business subcontracting goals to ensure broader economic participation.

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. Performance monitoring, quality assurance, and invoice verification are standard oversight mechanisms. Transparency is generally maintained through contract award databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse related to the contract.

Related Government Programs

Risk Flags

Tags

department-of-defense, department-of-the-air-force, facilities-support-services, full-and-open-competition, firm-fixed-price, delivery-order, cambridge-international-systems-inc, professional-scientific-and-technical-services, federal-contract, us-government-spending

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $17.1 million to CAMBRIDGE INTERNATIONAL SYSTEMS INC.. SECURITY COOPERATION OFFICE - COLOMBIA POP 12 FEB 2021 - 28 JAN 2025

Who is the contractor on this award?

The obligated recipient is CAMBRIDGE INTERNATIONAL SYSTEMS INC..

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 $17.1 million.

What is the period of performance?

Start: 2021-02-12. End: 2025-01-28.

What specific types of facilities support services are included under this contract?

The provided data indicates the contract is for 'Facilities Support Services' (nd: Facilities Support Services) under NAICS code 561210. This broad category typically encompasses a range of activities necessary for the operation and maintenance of buildings and grounds. Common services include routine maintenance, repair of building systems (HVAC, electrical, plumbing), janitorial services, pest control, landscaping, refuse collection, and potentially security services related to facility access. However, the exact scope and specific deliverables would be detailed in the contract's Performance Work Statement (PWS), which is not provided here. Without the PWS, it's impossible to know the precise nature and extent of the services Cambridge International Systems Inc. is contracted to perform.

How does the awarded price of $17.1 million compare to similar facilities support contracts within the Department of Defense?

Benchmarking the $17.1 million price against similar Department of Defense (DoD) facilities support contracts requires access to a broader dataset of comparable awards, including contract scope, duration, geographic location, and specific services rendered. The provided data indicates this contract runs for 1446 days (approximately 4 years) and was awarded under full and open competition with 5 bidders. While the firm fixed-price (pt: FIRM FIXED PRICE) nature suggests cost certainty, a direct comparison is difficult without knowing the specific square footage, types of facilities (e.g., administrative, industrial, barracks), service levels required, and prevailing labor rates in the contract's performance area. Generally, larger, more complex facilities or those in high-cost-of-living areas would command higher prices. A comprehensive analysis would involve querying databases for contracts with similar NAICS codes (561210) and service descriptions within the DoD over a comparable timeframe.

What is the track record of Cambridge International Systems Inc. in performing similar government contracts?

Cambridge International Systems Inc. has a history of performing government contracts, as evidenced by this award. To assess their track record specifically for facilities support services, one would need to examine their past performance on similar contracts. This includes reviewing contract performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), identifying the types and scale of previous facilities support contracts they have managed, and noting any instances of contract modifications, disputes, or terminations. A positive performance history on comparable contracts would indicate a lower risk associated with their ability to successfully execute this current $17.1 million award. Conversely, a history of performance issues would raise concerns about their reliability and capability.

What are the potential risks associated with a 4-year contract for facilities support services?

A significant risk associated with a 4-year contract for facilities support services is the potential for the defined scope of work to become misaligned with evolving operational needs or technological advancements over its duration. If the Performance Work Statement (PWS) is not sufficiently flexible or regularly reviewed, the services provided might become outdated or less efficient. Another risk is contractor performance degradation over time, where initial high performance may wane. Furthermore, the fixed-price nature, while offering cost certainty, could lead to the contractor cutting corners on quality if not adequately monitored. Dependence on a single contractor for essential functions also presents a risk if the contractor faces financial instability or operational disruptions. Finally, changes in government requirements or budget constraints could necessitate contract modifications, potentially leading to disputes or inefficiencies.

How does the number of bids (5) influence the perceived value for money in this contract?

Receiving 5 bids for this facilities support services contract suggests a moderate level of competition. From a value-for-money perspective, more bids generally correlate with better price discovery and potentially lower prices, as contractors vie to win the award. With 5 bidders, it indicates that the market is sufficiently aware of the opportunity and capable of responding. This number is often considered a reasonable baseline for competition. However, it is not as robust as procurements attracting 10 or more bids, which might indicate even greater competitive pressure driving down costs. Therefore, while 5 bids suggest fair competition and likely reasonable value, there's a possibility that increased market engagement could have yielded even more advantageous pricing for the government.

What is the significance of the contract being a 'Delivery Order' (aw: DELIVERY ORDER)?

The designation of this award as a 'Delivery Order' (aw: DELIVERY ORDER) signifies that it is likely a task order issued under a larger, pre-existing indefinite-delivery/indefinite-quantity (IDIQ) contract or a similar type of multiple-award contract vehicle. This means that the foundational contract terms, conditions, and potentially pricing structures were established previously, possibly through a separate competitive process. The Delivery Order then specifies the exact quantity, delivery schedule, and price for a particular requirement. This approach allows agencies to procure goods or services efficiently and rapidly once the overarching IDIQ contract is in place, often streamlining the acquisition process for individual needs. It implies that Cambridge International Systems Inc. was one of several awardees on a broader contract.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities Support Services

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: FA489021RCN01

Offers Received: 5

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2300 CLARENDON BLVD, ARLINGTON, VA, 22201

Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Not Designated a Small Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business

Financial Breakdown

Contract Ceiling: $17,760,547

Exercised Options: $17,760,547

Current Obligation: $17,106,274

Actual Outlays: $1,103,372

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: FA489016D0011

IDV Type: IDC

Timeline

Start Date: 2021-02-12

Current End Date: 2025-01-28

Potential End Date: 2025-01-28 00:00:00

Last Modified: 2025-05-01

More Contracts from Cambridge International Systems Inc.

View all Cambridge International Systems Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending