DoD's $6.5M HVAC contract awarded to Energy Systems Group LLC for 2025 operations
Contract Overview
Contract Amount: $6,478,842 ($6.5M)
Contractor: Energy Systems Group LLC
Awarding Agency: Department of Defense
Start Date: 2025-02-06
End Date: 2026-01-31
Contract Duration: 359 days
Daily Burn Rate: $18.0K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CY2025 HVAC SERVICES FUNDING
Place of Performance
Location: PICATINNY ARSENAL, MORRIS County, NEW JERSEY, 07806
Plain-Language Summary
Department of Defense obligated $6.5 million to ENERGY SYSTEMS GROUP LLC for work described as: CY2025 HVAC SERVICES FUNDING Key points: 1. Contract value represents a significant investment in maintaining critical infrastructure. 2. Sole-source award raises questions about potential cost efficiencies and market alternatives. 3. Fixed-price contract type shifts performance risk to the contractor. 4. Contract duration of nearly one year ensures continuous service delivery. 5. Geographic focus on New Jersey impacts regional maintenance capabilities. 6. The award falls within the broader category of industrial equipment repair and maintenance.
Value Assessment
Rating: fair
The contract's value of approximately $6.5 million for a one-year period for HVAC services appears substantial. Without comparable contract data for similar scope and scale within the Department of Defense or other federal agencies, a precise value-for-money assessment is challenging. The firm-fixed-price structure is generally favorable for cost control, but the lack of competition prevents benchmarking against market alternatives to ensure optimal pricing. Further analysis would require understanding the specific services included and the complexity of the facilities being serviced.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when only one vendor can provide the required services, often due to unique capabilities, existing infrastructure, or urgent needs. The lack of competition limits the government's ability to solicit bids from various providers, potentially leading to higher prices than if a competitive process had been employed. It also bypasses the opportunity to explore innovative solutions or cost-saving measures that might be offered by other qualified contractors.
Taxpayer Impact: The sole-source nature of this award means taxpayers may not be receiving the best possible price for these essential HVAC services. Without competitive pressure, there is a reduced incentive for the contractor to offer the most cost-effective solution.
Public Impact
Military personnel and civilian staff benefit from reliable climate control in facilities. Essential operational continuity for Department of Defense installations in New Jersey. Supports the maintenance of critical infrastructure necessary for national defense readiness. Potential for local employment opportunities within the HVAC service sector in New Jersey.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to inflated costs for taxpayers.
- Sole-source award limits opportunities for small businesses to compete.
- Potential for vendor lock-in if services are highly specialized.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- Contract duration ensures uninterrupted service for critical facilities.
- Focus on essential maintenance supports operational readiness.
Sector Analysis
The HVAC services sector is a critical component of facility management across all industries, including government operations. Federal spending in this area supports the maintenance and repair of essential building systems, ensuring operational continuity and occupant comfort. This contract, valued at approximately $6.5 million, falls within the broader industrial machinery repair and maintenance NAICS code (811310). While specific benchmarks for federal HVAC contracts are difficult to isolate, spending in this category is generally driven by the scale and complexity of government facilities, as well as the need for specialized technical expertise.
Small Business Impact
As this contract was awarded on a sole-source basis, there is no indication of small business set-aside provisions or subcontracting opportunities being specifically mandated within this award. The lack of competition inherently limits the potential for small businesses to participate directly in this contract. Future solicitations, if competed, could offer opportunities for small business participation through set-asides or subcontracting requirements.
Oversight & Accountability
The firm-fixed-price contract type provides a degree of cost oversight by establishing a set price for the services. However, the sole-source nature of the award limits the government's ability to independently verify the reasonableness of this price against market alternatives. Oversight would primarily focus on ensuring the contractor meets the performance standards outlined in the contract. Inspector General jurisdiction would apply to any allegations of fraud, waste, or abuse related to the contract.
Related Government Programs
- Federal Building Maintenance Contracts
- Department of Defense Facilities Management
- HVAC Repair and Maintenance Services
- Government Infrastructure Support
Risk Flags
- Sole-source award lacks competitive pricing pressure.
- Potential for cost overruns if scope is not tightly managed.
- Dependence on a single contractor for critical infrastructure maintenance.
Tags
defense, department-of-defense, department-of-the-army, hvac-services, maintenance-and-repair, firm-fixed-price, sole-source, new-jersey, cy2025, industrial-machinery-repair, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $6.5 million to ENERGY SYSTEMS GROUP LLC. CY2025 HVAC SERVICES FUNDING
Who is the contractor on this award?
The obligated recipient is ENERGY SYSTEMS GROUP LLC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Army).
What is the total obligated amount?
The obligated amount is $6.5 million.
What is the period of performance?
Start: 2025-02-06. End: 2026-01-31.
What is the historical spending pattern for HVAC services at this specific Department of Defense facility or for similar facilities in New Jersey?
Analyzing historical spending for HVAC services at this specific Department of Defense facility or comparable installations in New Jersey is crucial for contextualizing the current $6.5 million award. Without access to historical data, it's difficult to determine if this contract represents an increase, decrease, or stable level of investment. Trends in past spending could reveal patterns of maintenance needs, potential cost escalations due to inflation or service scope changes, and the effectiveness of previous contracting strategies. For instance, if past contracts were competitively bid and showed significantly lower costs, the current sole-source award would warrant closer scrutiny regarding its value proposition. Conversely, if historical spending has been consistently high due to specialized requirements or limited vendor availability, the current award might be more justifiable. Understanding these historical patterns provides a baseline against which the current contract's financial implications can be more accurately assessed.
What specific HVAC systems and services are covered under this $6.5 million contract, and how do these compare to industry standards for similar facilities?
The specific HVAC systems and services covered under this $6.5 million contract are fundamental to assessing its value and scope. This includes details on whether the contract covers routine maintenance, emergency repairs, system upgrades, parts replacement, or comprehensive facility-wide climate control management. Comparing these services to industry standards for similar-sized military installations or large commercial facilities in New Jersey is essential. For example, if the contract includes advanced energy management system integration or specialized air quality controls beyond standard maintenance, the cost might be more justifiable. Conversely, if the scope appears limited or redundant with existing internal capabilities, the price could be considered high. A detailed breakdown of services allows for a more accurate benchmark against market rates and ensures the government is procuring necessary and appropriate support for its facilities.
What is the track record of Energy Systems Group LLC in performing similar large-scale HVAC contracts for the federal government or other large organizations?
Evaluating the track record of Energy Systems Group LLC is vital for understanding their capability and reliability in executing this $6.5 million HVAC contract. Key aspects to examine include their past performance on contracts of similar size, scope, and complexity, particularly those within the federal sector or for large industrial/commercial clients. This involves reviewing past performance evaluations, any documented issues or disputes, and their history of meeting deadlines and quality standards. A strong track record suggests a lower risk of performance issues and potentially better value, even in a sole-source scenario. Conversely, a history of subpar performance or contract disputes could indicate higher risks and potentially justify a higher price due to perceived complexities or the need for increased oversight. Understanding their experience provides insight into the likelihood of successful contract completion.
Given the sole-source nature, what justification did the Department of the Army provide for not competing this contract, and does it align with federal procurement regulations?
The justification provided by the Department of the Army for awarding this $6.5 million HVAC contract on a sole-source basis is critical for assessing its compliance and fairness. Federal procurement regulations (like the Federal Acquisition Regulation - FAR) outline specific circumstances under which sole-source awards are permissible, such as when only one responsible source can provide the required supplies or services, or in cases of urgent and compelling need. The agency must articulate a clear and defensible rationale, often documented in a Justification and Approval (J&A) document. Examining this justification helps determine if it meets the regulatory thresholds and if alternative sources were genuinely unavailable or impractical to consider. If the justification is weak or appears to circumvent competitive processes, it raises concerns about potential waste of taxpayer funds and missed opportunities for better value.
Are there any performance metrics or key performance indicators (KPIs) defined in the contract that will be used to measure the effectiveness of Energy Systems Group LLC's services?
The presence and nature of performance metrics or Key Performance Indicators (KPIs) within the contract are essential for measuring the effectiveness of Energy Systems Group LLC's HVAC services. These metrics typically define measurable standards for service delivery, such as response times for emergency repairs, system uptime percentages, energy efficiency targets, or customer satisfaction ratings. Robust KPIs allow the Department of the Army to objectively assess whether the contractor is meeting its obligations and delivering the expected value for the $6.5 million investment. Without clearly defined and measurable KPIs, oversight becomes more subjective, and it is harder to hold the contractor accountable for performance deficiencies. The effectiveness of these metrics directly impacts the government's ability to ensure optimal facility operation and taxpayer value.
Industry Classification
NAICS: Other Services (except Public Administration) › Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance › Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Energy Systems Group, LLC
Address: 9877 EASTGATE CT, NEWBURGH, IN, 47630
Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $6,478,842
Exercised Options: $6,478,842
Current Obligation: $6,478,842
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: W15QKN24D5002
IDV Type: IDC
Timeline
Start Date: 2025-02-06
Current End Date: 2026-01-31
Potential End Date: 2026-01-31 00:00:00
Last Modified: 2025-12-11
More Contracts from Energy Systems Group LLC
- 200512!501068!2100!w15qkn!tacom - Picatinny !daae3097d1002 !A!N! !N!0004 !02 !20050602!20220601!127762412!009140559!001382555!n!chevron U S a Inc !345 California ST STE 3200!SAN Francisco !ca!94104!58410!027!34!picatinny Arsenal !morris !NEW Jersey!+000002449404!n!n!000000000000!j045!maint&repair of Eq/Plumbing&heating Equipment !S1 !services !000 !* !541690!E! !5!B!S!D! ! !20200930!B! ! !A! !a!u!j!1!001!b! !Z!N!Z! ! !N!C!N! ! ! !a!a!a!a!000!a!b!n! ! ! ! ! ! !0001! ! — $149.9M (Department of Defense)
- Espc AT Naval Base Coronado. Construction and Performance Services for Boiler Plant Improvement and Energy/Utility Distribution System — $51.8M (Department of Defense)
- Energy Savings Performance Contract (espc) Task Order Nasa JSC Combined Heat and Power (CHP) Project — $44.0M (National Aeronautics and Space Administration)
- Espc AT Mclb Albany — $37.3M (Department of Defense)
- Energy Savings Performance Contract (espc) — $37.1M (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)