Department of Defense awards $2.3M for janitorial services, extending contract with PRIDE INDUSTRIES
Contract Overview
Contract Amount: $2,309,253 ($2.3M)
Contractor: Pride Industries
Awarding Agency: Department of Defense
Start Date: 2026-01-06
End Date: 2026-11-03
Contract Duration: 301 days
Daily Burn Rate: $7.7K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE PURPOSE OF THIS UNILATERAL TASK ORDER IS TO PROVIDE FUNDING FOR THE 4TH AND FINAL OPTION YEAR OF THIS CONTRACT.
Place of Performance
Location: POINT MUGU NAWC, VENTURA County, CALIFORNIA, 93042
Plain-Language Summary
Department of Defense obligated $2.3 million to PRIDE INDUSTRIES for work described as: THE PURPOSE OF THIS UNILATERAL TASK ORDER IS TO PROVIDE FUNDING FOR THE 4TH AND FINAL OPTION YEAR OF THIS CONTRACT. Key points: 1. Contract provides essential janitorial services for the Navy. 2. This task order represents the final option year, indicating a mature service. 3. The contract is a firm-fixed-price type, offering cost predictability. 4. Services are concentrated in California. 5. The contractor, PRIDE INDUSTRIES, has been awarded this task order. 6. The duration of this option year is approximately 10 months.
Value Assessment
Rating: fair
The total award amount of $2,309,252.64 for approximately 10 months of janitorial services appears to be within a reasonable range for large-scale facilities maintenance. However, without specific details on the scope of services, square footage covered, or the specific locations within California, a precise value-for-money assessment is challenging. Benchmarking against similar large-scale janitorial contracts for federal facilities would provide a clearer picture of cost-effectiveness. The firm-fixed-price structure suggests a degree of cost control, but the absence of a competitive bid for this specific task order limits direct price comparison.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This task order was not competed and was issued unilaterally to PRIDE INDUSTRIES. The data indicates it is a 'NOT AVAILABLE FOR COMPETITION' contract type. This suggests that either the services are considered specialized, or there are specific reasons for not opening it to a broader bidding process, such as a follow-on to a previously competed contract where PRIDE INDUSTRIES was the incumbent. The lack of competition means that market forces were not leveraged to potentially drive down costs or improve service offerings.
Taxpayer Impact: Taxpayers may not be receiving the best possible price or service innovation due to the absence of a competitive bidding process for this extension.
Public Impact
The primary beneficiaries are the Department of the Navy personnel who will utilize the facilities maintained by these services. The services delivered include janitorial and maintenance functions essential for operational readiness and a clean working environment. The geographic impact is focused within California, where the Navy facilities are located. This contract supports the operational infrastructure of the Navy, indirectly impacting the defense sector workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition for this task order limits price discovery and potential cost savings for taxpayers.
- Absence of detailed service scope makes it difficult to benchmark value for money effectively.
- The contract is a unilateral task order, raising questions about the justification for not re-competing.
Positive Signals
- Firm-fixed-price contract type provides cost predictability for the government.
- The contract is for the final option year, suggesting a stable and ongoing need for these services.
- Services are essential for maintaining operational facilities for the Department of the Navy.
Sector Analysis
The janitorial services sector is a significant part of the facilities management industry, supporting a wide range of commercial and government operations. Federal spending in this area is substantial, covering maintenance, cleaning, and sanitation for numerous government buildings and installations. This contract, valued at approximately $2.3 million for a 10-month period, falls within the typical range for large-scale government service contracts. Comparable spending benchmarks would involve analyzing other large federal janitorial contracts, particularly those awarded by military branches for facility upkeep.
Small Business Impact
The provided data does not indicate any small business set-aside provisions for this contract, nor does it mention subcontracting plans specifically for small businesses. The contractor, PRIDE INDUSTRIES, is a large business. Therefore, this contract does not appear to directly benefit small businesses through set-asides. The absence of subcontracting information means its impact on the small business ecosystem is not directly discernible from this data alone.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of the contracting officer and the Department of the Navy's contract management division. As a firm-fixed-price contract, the primary accountability measure is the delivery of specified janitorial services. Transparency is limited by the sole-source nature of this task order. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Department of Defense Facilities Maintenance
- Navy Base Operations Support
- Federal Janitorial Services Contracts
- Government Building Maintenance
Risk Flags
- Sole-source award may limit cost-effectiveness.
- Lack of detailed scope hinders comprehensive value assessment.
- No explicit small business subcontracting noted.
Tags
defense, department-of-defense, department-of-the-navy, janitorial-services, firm-fixed-price, sole-source, california, facilities-management, service-contract, option-year
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $2.3 million to PRIDE INDUSTRIES. THE PURPOSE OF THIS UNILATERAL TASK ORDER IS TO PROVIDE FUNDING FOR THE 4TH AND FINAL OPTION YEAR OF THIS CONTRACT.
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 Navy).
What is the total obligated amount?
The obligated amount is $2.3 million.
What is the period of performance?
Start: 2026-01-06. End: 2026-11-03.
What is the specific scope of janitorial services covered under this task order?
The provided data does not detail the specific scope of janitorial services. It is identified as 'Janitorial Services' under NAICS code 561720. Typically, such services for a federal agency like the Department of the Navy would include cleaning of offices, restrooms, common areas, floors, windows, and waste removal. However, the exact deliverables, frequency of service, specific areas to be cleaned (e.g., square footage, types of facilities), and performance standards are not detailed in the provided information. A comprehensive understanding of the scope is crucial for assessing value for money and comparing it to market rates.
How does the cost of this contract compare to similar janitorial services contracts awarded by the Department of Defense or other federal agencies?
A direct cost comparison is challenging without a detailed scope of work and specific performance metrics. The award of $2,309,252.64 for approximately 10 months (301 days) translates to roughly $230,925 per month or about $7,672 per day. Benchmarking requires identifying contracts with similar service levels, geographic locations, and facility types. Given this is a sole-source award for the final option year, it's difficult to ascertain if this price reflects competitive market rates. Historical spending data for this specific contract or similar large-scale janitorial contracts would be needed for a robust comparison.
What is the track record of PRIDE INDUSTRIES in performing janitorial services for the federal government?
PRIDE INDUSTRIES is a known provider of facility services, including janitorial, maintenance, and laundry services, to various government agencies. While this specific task order is a unilateral award, it represents the final option year, suggesting a continuation of services previously performed. To assess their track record thoroughly, one would need to examine past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), any past disputes or contract terminations, and the overall quality and timeliness of their service delivery on previous federal contracts. Their longevity in providing these services implies a level of satisfactory performance.
What are the potential risks associated with a sole-source award for janitorial services?
The primary risk associated with a sole-source award is the potential for inflated pricing due to the lack of competition. Without competing bids, the government may not be securing the most cost-effective solution. Additionally, there's a risk of reduced service quality or innovation, as the incumbent contractor may face less pressure to excel. Transparency is also diminished, making it harder for oversight bodies and the public to verify that taxpayer funds are being used efficiently. Justification for sole-source awards typically relies on specific circumstances, such as unique capabilities or urgent needs, which should be clearly documented.
What is the historical spending trend for janitorial services by the Department of the Navy in California?
Analyzing historical spending trends for janitorial services by the Department of the Navy in California would require access to broader federal procurement databases and contract award histories. This specific data point only provides information for one task order. To understand the trend, one would need to aggregate spending data over several fiscal years for similar janitorial contracts awarded by the Navy within California. This would help identify patterns in contract values, durations, and the number of contractors involved, providing context for the current award's significance and potential fluctuations in spending.
What is the justification for this task order being awarded on a sole-source basis?
The provided data states the contract type is 'NOT AVAILABLE FOR COMPETITION' and the award is 'UNILATERAL TASK ORDER'. This strongly indicates a sole-source justification. Common reasons for sole-source awards include that the service is available only from a single responsible source, or that an urgent need prevents competition, or that it's a follow-on contract to a previously competed award where the original contractor is the only viable option. Without further documentation from the agency, the specific rationale for this unilateral award remains unspecified, but it implies that a competitive process was deemed unnecessary or impractical for this particular task order.
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
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 10030 FOOTHILLS BLVD, ROSEVILLE, CA, 95747
Business Categories: AbilityOne Program Participant, Category Business, Corporate Entity Tax Exempt, Manufacturer of Goods, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,309,253
Exercised Options: $2,309,253
Current Obligation: $2,309,253
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N6247322D4601
IDV Type: IDC
Timeline
Start Date: 2026-01-06
Current End Date: 2026-11-03
Potential End Date: 2026-11-03 00:00:00
Last Modified: 2026-01-05
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)