DoD's $9.6M Facilities Support Contract Awarded to C Martin Co Inc with No Competition

Contract Overview

Contract Amount: $9,582,758 ($9.6M)

Contractor: C Martin CO Inc

Awarding Agency: Department of Defense

Start Date: 2024-08-01

End Date: 2026-01-31

Contract Duration: 548 days

Daily Burn Rate: $17.5K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: LABS 3/5, 7, 8, AND 9 - CE FACILITY AND EQUIPMENT SUPPORT BRIDGE 2024 NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS): 561210

Place of Performance

Location: FAIRBORN, GREENE County, OHIO, 45324

State: Ohio Government Spending

Plain-Language Summary

Department of Defense obligated $9.6 million to C MARTIN CO INC for work described as: LABS 3/5, 7, 8, AND 9 - CE FACILITY AND EQUIPMENT SUPPORT BRIDGE 2024 NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS): 561210 Key points: 1. The contract's value of $9.6 million for facilities support services raises questions about potential overspending due to the lack of competitive bidding. 2. The sole-source nature of this award limits price discovery and may not reflect the best value for taxpayer dollars. 3. A lack of competition increases the risk of inflated costs and reduced service quality over the contract's duration. 4. This contract supports essential facility operations for the Air Force, indicating a critical need for these services. 5. The firm-fixed-price structure shifts some risk to the contractor but does not mitigate the risks associated with non-competitive awards. 6. The contract duration of 548 days suggests a need for ongoing, consistent facility maintenance and support.

Value Assessment

Rating: questionable

Benchmarking the value of this $9.6 million facilities support contract is challenging without competitive data. The absence of a competitive process means there's no direct comparison to market rates or other potential providers. While firm-fixed-price contracts can offer cost certainty, the lack of competition raises concerns about whether this price represents optimal value for the services rendered. Without a bidding process, it's difficult to ascertain if C Martin Co Inc's pricing is aligned with industry standards or if taxpayers are potentially overpaying for these essential facility services.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning C Martin Co Inc was the only vendor considered. The justification for this approach is not provided, but it implies that either only one vendor was capable of meeting the requirement, or the agency chose not to solicit offers from other potential contractors. The lack of competition means there were no other bidders to compare against, and therefore, no mechanism for price discovery through a bidding war. This significantly limits the agency's ability to ensure it is receiving the most cost-effective solution.

Taxpayer Impact: Taxpayers may not be receiving the best possible price for these services due to the absence of a competitive bidding process. The government missed an opportunity to leverage competition to drive down costs and potentially secure better terms.

Public Impact

The primary beneficiaries are the Department of the Air Force, which will receive essential facilities support services. Services include maintenance, repair, and operational support for facilities, ensuring a functional environment for Air Force personnel and operations. The geographic impact is concentrated in Ohio, where the facilities are located. Workforce implications include potential employment opportunities for C Martin Co Inc staff in the Ohio region to perform these services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Facilities Support Services, classified under NAICS code 561210, is a broad category encompassing a wide range of services necessary for the operation and maintenance of buildings and grounds. This sector includes everything from janitorial services to complex building systems management. The federal government is a significant consumer of these services across various agencies and installations. Comparable spending benchmarks are difficult to establish without more specific service details, but the overall market for facilities management is substantial, with numerous private sector providers competing for contracts. This specific award represents a portion of the Department of Defense's broader spending on maintaining its vast infrastructure.

Small Business Impact

This contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses. The award to C Martin Co Inc, without specific size information provided, suggests it may not be a small business, or if it is, the contract was not specifically designated as a small business set-aside. This means the direct economic benefit to the small business ecosystem from this particular award is likely minimal, and opportunities for small business subcontracting are not explicitly mandated.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of the Air Force's contracting and program management offices. Accountability measures are inherent in the firm-fixed-price contract type, which obligates the contractor to deliver specified services within the agreed-upon price. Transparency is limited due to the sole-source nature of the award; however, contract award data is generally made public. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected or reported.

Related Government Programs

Risk Flags

Tags

facilities-support, department-of-defense, department-of-the-air-force, ohio, firm-fixed-price, sole-source, large-contract, facilities-and-equipment, naics-561210

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $9.6 million to C MARTIN CO INC. LABS 3/5, 7, 8, AND 9 - CE FACILITY AND EQUIPMENT SUPPORT BRIDGE 2024 NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS): 561210

Who is the contractor on this award?

The obligated recipient is C MARTIN CO 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 $9.6 million.

What is the period of performance?

Start: 2024-08-01. End: 2026-01-31.

What is the track record of C Martin Co Inc with federal contracts, particularly in facilities support?

Information regarding C Martin Co Inc's specific track record with federal contracts, especially in facilities support, is not detailed in the provided data. A comprehensive review would require accessing federal procurement databases like SAM.gov or FPDS to analyze past performance, contract history, past performance evaluations, and any reported issues or successes. Understanding their experience with similar-sized contracts, their performance on previous Air Force or DoD contracts, and their history of meeting deadlines and quality standards would be crucial for a thorough assessment. Without this data, it's difficult to gauge their reliability and expertise for this specific $9.6 million award.

How does the $9.6 million value compare to similar facilities support contracts awarded by the Air Force or DoD?

Direct comparison of the $9.6 million value to similar facilities support contracts is difficult without more specific details on the scope of services included. Facilities support can range widely from basic janitorial services to complex infrastructure management. However, for a contract spanning approximately 18 months (548 days), $9.6 million suggests a significant level of service, potentially encompassing maintenance, repair, groundskeeping, and possibly specialized systems support for a substantial facility or installation. To benchmark effectively, one would need to identify comparable contracts with similar service descriptions, contract durations, and geographic locations, ideally awarded through competitive processes to establish a reasonable price range.

What are the primary risks associated with awarding a facilities support contract on a sole-source basis?

The primary risks associated with awarding a facilities support contract on a sole-source basis include potential overpricing, reduced service quality, and a lack of innovation. Without competition, the contractor faces less pressure to offer the most competitive price, potentially leading to higher costs for the government and taxpayers. The absence of competing proposals can also diminish the incentive for the awarded contractor to excel in service delivery or explore cost-saving efficiencies. Furthermore, sole-source awards can limit the government's visibility into the broader market capabilities and may hinder the development of new or specialized service providers within the federal contracting landscape.

What specific facilities support services are covered under this $9.6 million contract?

The provided data indicates the contract is for 'LABS 3/5, 7, AND 9 - CE FACILITY AND EQUIPMENT SUPPORT BRIDGE' and falls under NAICS code 561210 (Facilities Support Services). However, the specific breakdown of services included in the $9.6 million value is not detailed. Typically, facilities support services can encompass a wide array of tasks such as routine maintenance, preventative maintenance, repairs, custodial services, groundskeeping, pest control, waste management, and potentially specialized support for building systems like HVAC, electrical, and plumbing. A more granular understanding of the Statement of Work (SOW) would be necessary to precisely define the services covered and their associated costs.

What is the historical spending trend for facilities support services by the Department of the Air Force in Ohio?

Historical spending trends for facilities support services by the Department of the Air Force in Ohio are not available from the provided data. To analyze this, one would need to query federal procurement databases (e.g., FPDS, USASpending.gov) for contracts awarded under NAICS code 561210 or similar categories to the Air Force within the state of Ohio over several fiscal years. This analysis would reveal the total expenditure, the number of contracts awarded, the prevalence of competitive versus sole-source awards, and the average contract values, providing context for the current $9.6 million award.

Are there any specific performance metrics or Key Performance Indicators (KPIs) outlined in the contract?

The provided data does not specify any performance metrics or Key Performance Indicators (KPIs) for this contract. In a typical federal contract, especially for services, a Statement of Performance Standards or a Performance Work Statement (PWS) would detail the required performance levels, metrics for evaluation, and potential remedies for non-performance. For a facilities support contract, KPIs might include response times for maintenance requests, uptime percentages for critical systems, cleanliness standards, or customer satisfaction ratings. The absence of this information in the summary data suggests it would be detailed within the full contract documentation.

Industry Classification

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

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR BUILDINGS

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3008 TANAGRINE DRIVE, NORTH LAS VEGAS, NV, 89084

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $9,872,052

Exercised Options: $9,872,052

Current Obligation: $9,582,758

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: FA860124D0010

IDV Type: IDC

Timeline

Start Date: 2024-08-01

Current End Date: 2026-01-31

Potential End Date: 2026-01-31 00:00:00

Last Modified: 2025-12-19

More Contracts from C Martin CO Inc

View all C Martin CO Inc federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending