Navy's $21.7M contract for dining facilities at NATTC Galley awarded to Lakeview Center Inc
Contract Overview
Contract Amount: $21,759,891 ($21.8M)
Contractor: Lakeview Center Inc
Awarding Agency: Department of Defense
Start Date: 2011-05-16
End Date: 2013-03-31
Contract Duration: 685 days
Daily Burn Rate: $31.8K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: DINING FACILITIES AT NATTC GALLEY
Place of Performance
Location: PENSACOLA, ESCAMBIA County, FLORIDA, 32501
State: Florida Government Spending
Plain-Language Summary
Department of Defense obligated $21.8 million to LAKEVIEW CENTER INC for work described as: DINING FACILITIES AT NATTC GALLEY Key points: 1. Value for money appears fair given the fixed-price nature of the contract, though specific performance metrics are not detailed. 2. Competition dynamics indicate a sole-source award, potentially limiting price discovery and competitive pressure. 3. Risk indicators are moderate, with a fixed-price contract type mitigating cost overrun risks, but the lack of competition is a concern. 4. Performance context is limited to the duration and firm-fixed-price structure, without explicit quality or service level data. 5. Sector positioning is within food services for government facilities, a common but essential support function. 6. The contract's duration of 685 days suggests a significant operational requirement for dining services.
Value Assessment
Rating: fair
The contract's total value of $21.7 million over approximately two years suggests a substantial investment in dining services. Benchmarking against similar food service contracts for military installations is difficult without more detailed service scope and performance data. The firm-fixed-price structure aims to control costs, but the absence of competitive bidding makes a direct value-for-money assessment challenging compared to potentially lower prices achievable through open competition.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not openly competed. This approach is typically used when only one source is capable of meeting the requirement, or for specific reasons of urgency or national security. The lack of multiple bidders means that the government did not benefit from a competitive bidding process, which could have led to lower prices or more innovative solutions.
Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers as there is less pressure on the contractor to offer the most competitive price. It also limits opportunities for other businesses to compete for government contracts.
Public Impact
Personnel at the Naval Air Technical Training Center (NATTC) in Florida benefit from the provision of dining facilities. The contract delivers essential food services, supporting the daily operations and morale of military trainees and staff. The geographic impact is localized to the NATTC facility in Florida. Workforce implications include employment opportunities for individuals involved in food preparation, service, and facility management.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may result in suboptimal pricing for taxpayers.
- Limited transparency into performance metrics makes it difficult to assess service quality.
- Sole-source awards can create a dependency on a single contractor.
Positive Signals
- Firm-fixed-price contract type helps control costs and mitigate budget uncertainty.
- The contract addresses a critical support function for military training operations.
- Award to a specific entity suggests a perceived capability to meet the requirement.
Sector Analysis
The food service industry is a significant sector, with government contracts forming a notable segment. This contract falls under the broader category of support services for federal agencies. Comparable spending benchmarks for similar dining facilities at military bases can vary widely based on size, location, and service level agreements. The market for these services is generally competitive, making the sole-source nature of this award noteworthy.
Small Business Impact
Information regarding small business set-asides or subcontracting plans is not available for this contract. As a sole-source award, it is less likely to have been specifically targeted for small business participation unless the sole source itself is a small business. Further investigation would be needed to determine any subcontracting opportunities for small businesses.
Oversight & Accountability
Oversight mechanisms for this contract would typically involve the contracting officer's representative (COR) at the Department of the Navy, responsible for monitoring performance and ensuring compliance with contract terms. Accountability measures are inherent in the firm-fixed-price structure, which holds the contractor responsible for delivering services within the agreed-upon price. Transparency is limited by the lack of publicly available performance data and the sole-source nature of the award.
Related Government Programs
- Military Base Support Services
- Food Service Contracts
- Naval Training Facilities
- Government Dining Operations
Risk Flags
- Sole-source award limits competition.
- Lack of detailed performance metrics.
- Potential for higher costs due to non-competitive award.
Tags
defense, department-of-defense, department-of-the-navy, food-service-contractors, definitive-contract, sole-source, firm-fixed-price, florida, training-facilities, support-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $21.8 million to LAKEVIEW CENTER INC. DINING FACILITIES AT NATTC GALLEY
Who is the contractor on this award?
The obligated recipient is LAKEVIEW CENTER INC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Navy).
What is the total obligated amount?
The obligated amount is $21.8 million.
What is the period of performance?
Start: 2011-05-16. End: 2013-03-31.
What is the track record of Lakeview Center Inc. in performing similar government contracts?
Information regarding Lakeview Center Inc.'s specific track record with government contracts, particularly in food services for military installations, is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or commendations. Without this, it's difficult to gauge their reliability and expertise beyond the fact that they were awarded this specific contract. Further research into federal procurement databases and contractor performance systems would be necessary to build a complete picture of their history.
How does the per-unit cost of meals under this contract compare to industry benchmarks?
The provided data does not include specific per-unit cost information for meals, nor does it detail the number of meals served or the contract's pricing structure beyond 'firm fixed price.' Therefore, a direct comparison to industry benchmarks for meal costs is not possible. To conduct such an analysis, one would need data on the average cost per meal, factoring in the type of service (e.g., cafeteria, buffet), quality of ingredients, and labor costs. Benchmarking would then involve comparing these figures to similar contracts or commercial food service operations.
What are the primary risks associated with a sole-source award for essential dining services?
The primary risks associated with a sole-source award for essential dining services include a lack of competitive pricing, potentially leading to higher costs for the government and taxpayers. There's also a reduced incentive for the contractor to innovate or improve service quality beyond the minimum contractual requirements, as there is no direct competition. Furthermore, a sole-source award can create a dependency on a single provider, making it difficult to switch contractors if performance issues arise or if the contractor's capacity changes. This can also limit opportunities for other qualified businesses to enter the market.
What measures are in place to ensure the quality and safety of food services provided under this contract?
While the contract is firm-fixed-price, specific quality assurance measures are not detailed in the provided data. Typically, government contracts for food services include performance standards, health and safety regulations compliance (e.g., FDA Food Code), and inspection protocols. The Contracting Officer's Representative (COR) would be responsible for monitoring these aspects. However, without explicit details on performance metrics, inspection frequencies, or quality control plans within the contract documentation, it's challenging to assess the robustness of these measures.
How does this contract's total value compare to historical spending on similar services at NATTC or other Navy training commands?
The total value of $21.7 million for this contract, spanning approximately 685 days (about 1.88 years), indicates an annual spending of roughly $11.5 million for dining facilities at NATTC. To compare this to historical spending, one would need access to historical contract data for NATTC's dining services or similar training commands within the Navy. Analyzing past contracts, their durations, values, and scope of services would reveal trends in spending, potential cost increases or decreases over time, and whether this contract represents a significant deviation from historical patterns.
Industry Classification
NAICS: Accommodation and Food Services › Special Food Services › Food Service Contractors
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: 1221 W LAKEVIEW AVE, PENSACOLA, FL, 32501
Business Categories: AbilityOne Program Participant, Category Business, Corporate Entity Tax Exempt, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $21,759,891
Exercised Options: $21,759,891
Current Obligation: $21,759,891
Contract Characteristics
Consolidated Contract: Yes
Commercial Item: COMMERCIAL ITEM
Cost or Pricing Data: NO
Timeline
Start Date: 2011-05-16
Current End Date: 2013-03-31
Potential End Date: 2013-03-31 00:00:00
Last Modified: 2022-05-03
More Contracts from Lakeview Center Inc
- 200607!160396!1700!n68836!fleet and Industrial Supply Cent!n6883606c0018 !A!N! !N! ! !20060112!20060930!098929524!098929524!098929524!n!lakeview Center Inc !1221 W Lakeview AVE !pensacola !fl!32501!55975!033!12!pensacola NAS !escambia !florida !+000007650819!n!n!000049650819!s203!food Services !S1 !services !000 !NOT Discernable !722310!E! !3! ! ! ! ! !99990909!B! ! !A! !d!u!j!1!001!n!1g!z!n!z! ! !Y!Z!N! ! ! ! ! !a!a!000!a!b!n! ! ! ! !1723!N00204!0001! ! — $56.4M (Department of Defense)
- - Dmdc Eits EBO Baseline Software Development to 65 — $42.5M (General Services Administration)
- Baseline SWD Entitlements and Benefits to 81 — $39.0M (General Services Administration)
- Eits Software Development High END Architecture — $37.8M (General Services Administration)
- Enterprise (IT) Services Support — $35.1M (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)