DoD's $8M Facilities Support Services Contract Awarded to Cherokee Nation Management & Consulting for Yokota Civil Engineers

Contract Overview

Contract Amount: $8,048,813 ($8.0M)

Contractor: Cherokee Nation Management & Consulting, L.L.C..

Awarding Agency: Department of Defense

Start Date: 2020-09-25

End Date: 2025-08-31

Contract Duration: 1,801 days

Daily Burn Rate: $4.5K/day

Competition Type: NOT COMPETED UNDER SAP

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: A&AS SUPPORT SERVICES FOR YOKOTA CIVIL ENGINEERS

Place of Performance

Location: HICKAM AFB, HONOLULU County, HAWAII, 96853

State: Hawaii Government Spending

Plain-Language Summary

Department of Defense obligated $8.0 million to CHEROKEE NATION MANAGEMENT & CONSULTING, L.L.C.. for work described as: A&AS SUPPORT SERVICES FOR YOKOTA CIVIL ENGINEERS Key points: 1. Contract awarded on a firm-fixed-price basis, indicating clear cost expectations. 2. The contract duration of 1801 days suggests a need for sustained support. 3. Awarded by the Department of the Air Force, aligning with defense infrastructure needs. 4. The North American Industry Classification System (NAICS) code 561210 points to facilities support services. 5. The contract was not competed under simplified acquisition procedures, suggesting a non-standard procurement path. 6. The base award amount is $4,469,000, with a potential ceiling of $8,048,812.50.

Value Assessment

Rating: fair

The contract's value of up to $8.05 million for facilities support services over approximately five years requires careful benchmarking. Without specific performance metrics or comparisons to similar contracts at Yokota Air Base or other Air Force installations, assessing value for money is challenging. The firm-fixed-price structure provides cost certainty, but the potential for the contract to reach its ceiling warrants scrutiny of task order issuance and scope creep.

Cost Per Unit: N/A

Competition Analysis

Competition Level: unknown

The contract was not competed under simplified acquisition procedures, and the specific competition details are not provided. This lack of transparency makes it difficult to assess the level of competition. If the contract was sole-sourced or awarded under limited competition, it could indicate a lack of available qualified bidders or a specific requirement that only one contractor could meet. Further information on the procurement strategy is needed to understand the competitive landscape.

Taxpayer Impact: When contracts are not fully competed, taxpayers may not benefit from the most competitive pricing. A limited competition could lead to higher costs compared to a scenario with multiple bidders vying for the contract.

Public Impact

Benefits the Department of the Air Force by ensuring the operational readiness of Yokota Civil Engineers. Provides essential facilities support services, likely encompassing maintenance, repair, and operational support for infrastructure. Geographic impact is concentrated at Yokota Air Base, Japan, supporting U.S. military operations in the Pacific. Workforce implications may include the employment of skilled personnel for facilities management and support roles.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Facilities Support Services, categorized under NAICS code 561210, is a broad sector encompassing a wide range of services necessary for the operation and maintenance of buildings and infrastructure. This contract fits within the broader defense sector's need for robust base operations and maintenance support. Comparable spending benchmarks for similar services at large military installations globally would provide context, but such data is often proprietary or not publicly aggregated.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, it does not directly contribute to small business set-aside goals. There is no information provided regarding subcontracting plans or opportunities for small businesses within this contract, which could represent a missed opportunity to engage the small business ecosystem.

Oversight & Accountability

Oversight mechanisms for this contract would typically involve the contracting officer's representative (COR) at Yokota Air Base, who monitors performance and ensures compliance with contract terms. Accountability measures are inherent in the firm-fixed-price structure, linking payment to delivery of services. Transparency is limited by the lack of detailed competition information. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

defense, department-of-defense, department-of-the-air-force, facilities-support-services, yokota-air-base, cherokee-nation-management-consulting, firm-fixed-price, not-competed, large-contract, asia-pacific, o&m

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $8.0 million to CHEROKEE NATION MANAGEMENT & CONSULTING, L.L.C... A&AS SUPPORT SERVICES FOR YOKOTA CIVIL ENGINEERS

Who is the contractor on this award?

The obligated recipient is CHEROKEE NATION MANAGEMENT & CONSULTING, L.L.C...

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 $8.0 million.

What is the period of performance?

Start: 2020-09-25. End: 2025-08-31.

What specific services are included under 'A&AS SUPPORT SERVICES FOR YOKOTA CIVIL ENGINEERS'?

While the contract title indicates 'A&AS SUPPORT SERVICES' (Administrative and Associated Services) for Civil Engineers at Yokota, the specific deliverables are not detailed in the provided data. Typically, such services for civil engineering units can encompass a wide range of support functions. This might include administrative tasks like personnel management support, budget tracking, procurement assistance, documentation management, scheduling, and coordination of engineering projects. It could also extend to technical support, such as data analysis, report generation, and potentially oversight of contracted maintenance or construction activities. The exact scope would be defined in the Performance Work Statement (PWS) or Statement of Work (SOW) attached to the contract, which is not available in this summary.

How does the $8.05 million ceiling compare to similar facilities support contracts at other Air Force bases?

Benchmarking this contract's ceiling of $8.05 million against similar facilities support contracts at other Air Force bases requires access to a comprehensive database of federal contract awards, including detailed scope of work and location specifics. Without such data, a direct comparison is difficult. However, for a five-year contract supporting a major installation like Yokota Air Base, this value is within a plausible range for comprehensive facilities support. Factors influencing cost include the size and complexity of the base, the specific services required (e.g., maintenance, repair, groundskeeping, energy management), labor costs in the region, and the level of contractor responsibility. A detailed analysis would necessitate comparing contracts with similar NAICS codes (561210) and contract durations at comparable overseas or stateside installations.

What are the risks associated with a 'NOT COMPETED UNDER SAP' contract award?

The designation 'NOT COMPETED UNDER SAP' (Simplified Acquisition Procedures) implies that the contract was awarded outside the standard streamlined processes typically used for purchases below the simplified acquisition threshold (currently $250,000). This could indicate several things: the contract value exceeded the SAP threshold, or specific circumstances justified a non-competitive award (e.g., sole-source justification, urgent need, or specific program requirements). The primary risk associated with non-competitive awards is the potential for reduced price competition, which could lead to higher costs for the government compared to a fully competed contract. It also raises concerns about transparency and whether all available qualified sources were considered. Further investigation into the specific justification for not using SAP or for a non-competitive award is warranted to assess the associated risks fully.

What is the track record of Cherokee Nation Management & Consulting, L.L.C. in providing similar services?

Cherokee Nation Management & Consulting, L.L.C. (CNMC) is a subsidiary of the Cherokee Nation Businesses (CNB) and has a significant presence in providing government contracting services across various sectors, including defense, intelligence, and federal civilian agencies. Their portfolio often includes base operations, facilities management, IT support, and professional services. To assess their track record specifically for facilities support services at a location like Yokota, one would need to examine their past performance evaluations, contract history, and any reported issues or successes on similar projects. Government contract databases and past performance questionnaires (PPQs) are key resources for this assessment. CNMC's status as a tribally-owned entity may also influence contracting opportunities and approaches.

What are the implications of the contract's duration (1801 days) for service continuity and contractor performance?

A contract duration of 1801 days, approximately five years, suggests a strategic decision by the Department of the Air Force to ensure long-term, stable provision of essential facilities support services at Yokota Air Base. This extended period allows the contractor, Cherokee Nation Management & Consulting, L.L.C., to invest in personnel, equipment, and processes, potentially leading to greater efficiency and expertise over time. For the government, it offers continuity of operations and reduces the administrative burden associated with frequent re-competitions. However, it also places a greater emphasis on robust performance management and oversight throughout the contract term to ensure sustained quality and value. The contractor's ability to maintain performance standards over such a long duration is a key factor in assessing the contract's overall success.

How does the base award amount ($4.47M) relate to the ceiling ($8.05M) and what does this suggest?

The base award of $4,469,000 and a ceiling of $8,048,812.50 indicate that the contract is structured with a guaranteed minimum amount of work and a potential for significantly more work to be ordered over its duration. This structure is common for indefinite-delivery/indefinite-quantity (IDIQ) contracts or task-order contracts where the exact quantity of services needed may fluctuate. The substantial difference between the base and the ceiling suggests that the government anticipates a considerable need for these facilities support services, potentially including unforeseen requirements or expansion of scope. It highlights the importance of monitoring how task orders are issued and managed to ensure that the ceiling is reached only for necessary services and that pricing remains competitive throughout the contract's life.

Industry Classification

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

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: NOT COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2 W 2ND ST STE 1500-25, TULSA, OK, 74103

Business Categories: 8(a) Program Participant, American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $8,048,813

Exercised Options: $8,048,813

Current Obligation: $8,048,813

Actual Outlays: $1,127,592

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: FA521520D0001

IDV Type: IDC

Timeline

Start Date: 2020-09-25

Current End Date: 2025-08-31

Potential End Date: 2025-08-31 00:00:00

Last Modified: 2025-12-15

More Contracts from Cherokee Nation Management & Consulting, L.L.C..

View all Cherokee Nation Management & Consulting, L.L.C.. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending