DoD's $13.8M Facilities Support Services Contract Awarded to Red River Science & Technology in Utah

Contract Overview

Contract Amount: $13,827,869 ($13.8M)

Contractor: RED River Science & Technology, LLC

Awarding Agency: Department of Defense

Start Date: 2020-11-18

End Date: 2026-02-26

Contract Duration: 1,926 days

Daily Burn Rate: $7.2K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 5

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: AWARD OF DUGWAY PROVING GROUND FOR SERVICES UNDER EAGLE BOA

Place of Performance

Location: DUGWAY, TOOELE County, UTAH, 84022

State: Utah Government Spending

Plain-Language Summary

Department of Defense obligated $13.8 million to RED RIVER SCIENCE & TECHNOLOGY, LLC for work described as: AWARD OF DUGWAY PROVING GROUND FOR SERVICES UNDER EAGLE BOA Key points: 1. Contract awarded for facilities support services at Dugway Proving Ground. 2. The contract has a duration of 1926 days, extending into February 2026. 3. Awarded under a Best-of-All-Worlds (BOA) vehicle, indicating a flexible contracting approach. 4. The contract type is Firm Fixed Price, providing cost certainty for the government. 5. The award was made after exclusion of sources, suggesting a specific justification for the procurement method. 6. This contract represents a significant investment in maintaining critical military infrastructure.

Value Assessment

Rating: fair

Benchmarking the value of this $13.8 million contract requires more detailed cost breakdowns and comparisons to similar facilities support services contracts. The firm fixed-price nature offers some cost control, but without knowing the specific services rendered and their market rates, a definitive value-for-money assessment is challenging. The duration of over five years suggests a substantial scope of work, and the price should reflect efficient service delivery and economies of scale.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under a 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' designation. This implies that while the initial solicitation may have been broad, specific sources were excluded before the final award. The number of bidders (5) is provided, which is a positive indicator of some level of competition, but the exclusion of sources raises questions about the breadth of the competitive landscape and potential impacts on price discovery.

Taxpayer Impact: The exclusion of sources, even with five bidders, may have limited the competitive pressure, potentially leading to a higher price for taxpayers than if all qualified sources had been allowed to bid.

Public Impact

The primary beneficiaries are the Department of the Army and the personnel operating at Dugway Proving Ground, Utah. Services delivered include essential facilities support, ensuring operational readiness and safety. The geographic impact is concentrated in Utah, supporting local infrastructure and potentially local employment. Workforce implications may include the direct employment of personnel by Red River Science & Technology and its subcontractors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Facilities Support Services sector, a critical component of government operations and infrastructure management. This sector encompasses a wide range of services, including maintenance, repair, and operational support for government facilities. The market for these services is substantial, with significant government spending annually. This specific award to Red River Science & Technology is one of many contracts supporting military installations nationwide, contributing to the overall efficiency and readiness of defense infrastructure.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses arising from a small business set-aside. However, the prime contractor, Red River Science & Technology, may still engage small businesses as subcontractors to fulfill the contract requirements, which would depend on their internal subcontracting plans and the nature of the services required.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the relevant program management office within the Department of the Army. Accountability measures are inherent in the Firm Fixed Price contract type, which obligates the contractor to deliver specified services at an agreed-upon price. Transparency is facilitated through contract award databases, though detailed performance metrics and oversight reports may not always be publicly accessible. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

defense, department-of-defense, facilities-support-services, red-river-science-technology, dugway-proving-ground, utah, firm-fixed-price, delivery-order, limited-competition, army

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $13.8 million to RED RIVER SCIENCE & TECHNOLOGY, LLC. AWARD OF DUGWAY PROVING GROUND FOR SERVICES UNDER EAGLE BOA

Who is the contractor on this award?

The obligated recipient is RED RIVER SCIENCE & TECHNOLOGY, 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 $13.8 million.

What is the period of performance?

Start: 2020-11-18. End: 2026-02-26.

What is the specific scope of 'Facilities Support Services' covered under this contract?

The term 'Facilities Support Services' is broad and can encompass a wide array of activities necessary for the operation and maintenance of a facility. For this specific contract with Red River Science & Technology at Dugway Proving Ground, it likely includes services such as grounds maintenance, custodial services, pest control, refuse collection, minor repairs and preventative maintenance on building systems (HVAC, electrical, plumbing), and potentially security or transportation support within the installation. The exact deliverables would be detailed in the Performance Work Statement (PWS) attached to the contract, which outlines the specific tasks, standards, and performance metrics the contractor must meet. Without access to the PWS, the precise scope remains generalized.

How does the pricing of this contract compare to similar facilities support contracts awarded by the Department of Defense?

A direct comparison of pricing for this $13.8 million contract is challenging without access to detailed cost breakdowns and a comprehensive database of similar contracts with comparable scopes of work and service levels. Factors such as geographic location (labor costs in Utah), the specific types of facilities being supported (e.g., administrative buildings, specialized testing sites), and the required service standards all influence pricing. The firm fixed-price nature suggests that the contractor has assumed the risk of cost overruns. Benchmarking would ideally involve comparing the per-unit costs for specific services (e.g., cost per square foot for janitorial services, cost per acre for grounds maintenance) against industry averages and other government contracts. The 'exclusion of sources' aspect also complicates direct comparison, as it may have influenced the final negotiated price.

What are the key performance indicators (KPIs) used to evaluate Red River Science & Technology's performance under this contract?

Key Performance Indicators (KPIs) for facilities support contracts are typically defined in the Performance Work Statement (PWS) and are crucial for ensuring the government receives the quality of services it expects. Common KPIs in this domain include response times for service requests (e.g., emergency repairs, routine maintenance), quality of work (e.g., cleanliness standards, landscaping appearance), adherence to safety protocols, and customer satisfaction ratings from facility users. For this contract, the Department of the Army would monitor these KPIs, often through regular inspections, performance reports submitted by the contractor, and feedback mechanisms. Failure to meet these KPIs could result in contractual remedies, such as price deductions or even termination.

What is the historical spending pattern for facilities support services at Dugway Proving Ground?

Analyzing historical spending patterns for facilities support services at Dugway Proving Ground would require accessing historical contract data for this specific installation. This would involve identifying previous contracts for similar services, their award amounts, durations, and the contractors involved. Such an analysis could reveal trends in spending, identify potential increases or decreases in service scope or cost over time, and highlight any recurring issues with contractor performance or pricing. For instance, a consistent increase in spending might indicate expanding facility needs or rising service costs, while frequent contract changes or re-competitions could suggest dissatisfaction with incumbent providers or evolving requirements. Without specific historical data for Dugway Proving Ground, it's impossible to detail these patterns.

What are the potential risks associated with a 'full and open competition after exclusion of sources' award, and how are they mitigated?

The primary risk associated with 'full and open competition after exclusion of sources' is the potential for reduced competition, which could lead to higher prices and less innovation compared to true full and open competition. By excluding certain sources, the government may inadvertently limit the pool of qualified bidders, potentially missing out on more competitive offers. Mitigation strategies typically involve a clear and justifiable rationale for the exclusion, documented in the contract file, demonstrating why certain sources were deemed unsuitable or why their exclusion is in the government's best interest. Furthermore, ensuring that the remaining pool of bidders is sufficiently diverse and competitive, and that the evaluation criteria are robust, helps to mitigate the risk of suboptimal pricing or performance. The government also relies on robust oversight to ensure the contractor meets all performance requirements.

Industry Classification

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

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Offers Received: 5

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 6302 SW OAKMONT, LAWTON, OK, 73505

Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, HUBZone Firm, Limited Liability Corporation, Minority Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $13,827,869

Exercised Options: $13,827,869

Current Obligation: $13,827,869

Actual Outlays: $67,209

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: W52P1J17G0095

IDV Type: BOA

Timeline

Start Date: 2020-11-18

Current End Date: 2026-02-26

Potential End Date: 2026-02-26 12:02:00

Last Modified: 2025-12-19

More Contracts from RED River Science & Technology, LLC

View all RED River Science & Technology, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending