NRC Headquarters Operations & Maintenance Services contract awarded to WW Contractors, Inc. for over $14M
Contract Overview
Contract Amount: $14,096,173 ($14.1M)
Contractor: WW Contractors, Incorporated
Awarding Agency: Nuclear Regulatory Commission
Start Date: 2006-08-01
End Date: 2011-09-30
Contract Duration: 1,886 days
Daily Burn Rate: $7.5K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 8
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NRC HEADQUARTERS OPERATIONS & MAINTENANCE SERVICES
Place of Performance
Location: ROCKVILLE, MONTGOMERY County, MARYLAND, 20852
State: Maryland Government Spending
Plain-Language Summary
Nuclear Regulatory Commission obligated $14.1 million to WW CONTRACTORS, INCORPORATED for work described as: NRC HEADQUARTERS OPERATIONS & MAINTENANCE SERVICES Key points: 1. Value for money appears fair given the 5-year duration and firm-fixed-price structure. 2. Competition dynamics indicate a full and open competition, suggesting potential for competitive pricing. 3. Risk indicators are moderate, with a firm-fixed-price contract and a single award. 4. Performance context is for essential headquarters operations and maintenance. 5. Sector positioning is within specialty trade contracting for government facilities.
Value Assessment
Rating: fair
The contract value of approximately $14.1 million over five years averages to about $2.8 million annually. Benchmarking this against similar government facilities maintenance contracts is challenging without more specific service details. However, the firm-fixed-price nature suggests the government aimed to control costs upfront. The number of bids received (8) indicates a reasonable level of interest, which can contribute to fair pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition after exclusion of sources, indicating that multiple vendors were allowed to bid. With 8 bids received, the competition level suggests a healthy market response. This level of competition generally supports price discovery and can lead to more favorable pricing for the government compared to sole-source or limited competition scenarios.
Taxpayer Impact: The robust competition for this contract likely resulted in a more competitive bid environment, potentially saving taxpayer dollars through lower pricing and better value.
Public Impact
The Nuclear Regulatory Commission (NRC) headquarters benefits from consistent and reliable facility operations and maintenance. Essential services supporting the NRC's mission-critical functions are delivered. The geographic impact is localized to the NRC headquarters in Maryland. Workforce implications include employment for personnel performing maintenance and operational tasks.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if scope creep occurs within the firm-fixed-price contract.
- Dependence on a single contractor for critical facility operations could pose continuity risks.
- Ensuring consistent service quality across the entire contract duration requires diligent oversight.
Positive Signals
- Firm-fixed-price contract structure provides cost certainty for the government.
- Full and open competition suggests a competitive market and potentially good pricing.
- The contract duration of five years allows for stable operations and maintenance planning.
Sector Analysis
This contract falls within the specialty trade contractors sector, specifically focusing on building operations and maintenance. The market for such services is broad, encompassing numerous private sector firms capable of providing facility support. Government contracts in this area are common, with spending varying based on agency size and facility footprint. Comparable spending benchmarks would depend on the specific square footage and types of services required for the NRC headquarters.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a set-aside provision. Large businesses likely competed for and were awarded this contract.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the contract specialist at the Nuclear Regulatory Commission. Accountability measures are inherent in the firm-fixed-price contract terms, requiring the contractor to deliver specified services. Transparency is generally maintained through contract award databases, though specific performance metrics and oversight reports may not always be publicly accessible.
Related Government Programs
- Federal Building Operations and Maintenance Contracts
- Government Facility Support Services
- Specialty Trade Contractor Services
Risk Flags
- Contract duration is lengthy (5 years), requiring sustained oversight.
- Firm-fixed-price contracts can be susceptible to scope creep if not managed tightly.
- Reliance on a single awardee for critical operations poses continuity risk.
Tags
facility-operations, maintenance, nuclear-regulatory-commission, specialty-trade-contractors, firm-fixed-price, full-and-open-competition, headquarters, maryland, large-contract, professional-services
Frequently Asked Questions
What is this federal contract paying for?
Nuclear Regulatory Commission awarded $14.1 million to WW CONTRACTORS, INCORPORATED. NRC HEADQUARTERS OPERATIONS & MAINTENANCE SERVICES
Who is the contractor on this award?
The obligated recipient is WW CONTRACTORS, INCORPORATED.
Which agency awarded this contract?
Awarding agency: Nuclear Regulatory Commission (Nuclear Regulatory Commission).
What is the total obligated amount?
The obligated amount is $14.1 million.
What is the period of performance?
Start: 2006-08-01. End: 2011-09-30.
What is the track record of WW Contractors, Inc. in performing similar government contracts?
Assessing the track record of WW Contractors, Inc. requires a review of their past performance on federal contracts. This would involve examining contract databases for previous awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any documented issues or successes. Without specific data on WW Contractors, Inc.'s history, it's difficult to definitively state their reliability for this NRC contract. However, the fact that they were awarded this contract under full and open competition suggests they met the minimum qualifications and were deemed capable by the agency at the time of award.
How does the annual cost of this contract compare to similar NRC facility maintenance contracts?
The annual cost for this contract is approximately $2.8 million ($14.1M / 5 years). To compare this to similar NRC facility maintenance contracts, one would need to identify contracts with comparable scope, size (square footage of facilities maintained), and service requirements within the NRC. Additionally, factors like geographic location and the specific types of maintenance (e.g., HVAC, electrical, janitorial) significantly influence costs. A direct comparison is difficult without access to detailed data on other NRC contracts and the specific services provided under this award. However, the number of bidders (8) suggests market rates were likely considered during the procurement.
What are the primary risks associated with this firm-fixed-price contract for headquarters operations and maintenance?
The primary risks associated with this firm-fixed-price contract revolve around potential scope creep and the contractor's ability to maintain service quality throughout the five-year period. While the fixed price provides cost certainty, if the NRC requires additional services not explicitly defined in the original scope, managing those changes under a fixed-price structure can be complex and may lead to disputes or require contract modifications. Furthermore, ensuring consistent quality of maintenance and operations over a long duration requires robust government oversight to prevent degradation of services. The reliance on a single contractor also presents a risk if the contractor faces financial difficulties or operational challenges.
How effective has WW Contractors, Inc. been in delivering services under this specific contract?
Determining the effectiveness of WW Contractors, Inc. in delivering services under this specific contract would necessitate access to performance evaluations and feedback from the NRC. Official sources like the Contractor Performance Assessment Reporting System (CPARS) would provide insights into their performance ratings, timeliness, cost control, and overall customer satisfaction. Without access to these specific performance records for this contract (awarded in 2006 and ending in 2011), a definitive assessment of their effectiveness cannot be made. The renewal or non-renewal of such contracts often serves as an indicator of performance.
What has been the historical spending trend for NRC headquarters operations and maintenance services?
To analyze the historical spending trend for NRC headquarters operations and maintenance services, one would need to examine the NRC's budget allocations and contract awards for facility maintenance over several fiscal years. This would involve looking at prior contracts for similar services, their values, durations, and the contractors involved. Data from previous years would reveal whether spending has increased, decreased, or remained relatively stable. Factors influencing these trends could include changes in facility size, modernization efforts, shifts in government contracting policies, and overall agency budget fluctuations. This specific contract represents a portion of that historical spending from FY2006 to FY2011.
What is the significance of the 'full and open competition after exclusion of sources' award type?
The 'full and open competition after exclusion of sources' award type signifies a procurement process where the agency initially intended to restrict competition but then opened it up fully. This could occur if, for instance, a specific technology or capability was initially thought to be held by only a few sources, but further market research revealed broader availability. It implies that while there might have been initial considerations for limiting the pool, the final decision was to allow all responsible sources to compete. This approach aims to maximize competition while potentially addressing specific initial requirements that might have led to exclusions.
Industry Classification
NAICS: Construction › Other Specialty Trade Contractors › All Other Specialty Trade Contractors
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: RS-ADM-06-430
Offers Received: 8
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 55 MILLSTONE RD, RANDALLSTOWN, MD, 02
Business Categories: Black American Owned Business, Category Business, Emerging Small Business, HUBZone Firm, Minority Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $14,096,173
Exercised Options: $14,096,173
Current Obligation: $14,096,173
Timeline
Start Date: 2006-08-01
Current End Date: 2011-09-30
Potential End Date: 2011-09-30 00:00:00
Last Modified: 2014-04-07
More Contracts from WW Contractors, Incorporated
- Facilitiy Maintenance Services for 7 GSA Operated Buildings. Recovery: American Reinvestment and Recovery ACT (arra) Project. TAS::47 4543::TAS — $14.2M (General Services Administration)
- O&M Maintenance Services, Various Federal Facilities, NEW Orleans, Full Maintenance Services, Border Patrol Sector Headquarters, NEW Orleans&fss Depot, Harahan, LA — $11.4M (General Services Administration)
Other Nuclear Regulatory Commission Contracts
- (information Technology Infrastructure Support Services (itiss)) — $208.2M (NTT Data Services Federal Government, LLC)
- Infrastructure Services and Support Contract — $157.8M (CACI NSS, LLC)
- Glinda Sncc BPA Call — $128.2M (Teksynap Corporation)
- Information Technology Infrastructure Support Services (itiss) — $100.7M (NTT Data Services Federal Government, LLC)
- Integrated Source Management Portfolio — $82.3M (Leidos, Inc.)