DoD's $40.2M Facilities Support Services Contract Awarded to SOS International LLC Under Sole Source Justification
Contract Overview
Contract Amount: $40,216,559 ($40.2M)
Contractor: SOS International LLC
Awarding Agency: Department of Defense
Start Date: 2015-01-02
End Date: 2017-02-01
Contract Duration: 761 days
Daily Burn Rate: $52.8K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: IGF::OT::IGF BLS SERVICES (BESMAYA)
Plain-Language Summary
Department of Defense obligated $40.2 million to SOS INTERNATIONAL LLC for work described as: IGF::OT::IGF BLS SERVICES (BESMAYA) Key points: 1. The contract's value of over $40 million for facilities support services raises questions about cost-effectiveness given the sole-source award. 2. Limited competition dynamics suggest potential for inflated pricing and reduced incentive for contractor efficiency. 3. The absence of a competitive bidding process presents a significant risk indicator for value for money. 4. Performance context is limited due to the sole-source nature, making direct benchmarking difficult. 5. This contract falls within the broad category of facilities support services, a common but often costly area of government spending.
Value Assessment
Rating: questionable
The contract's value of $40.2 million for facilities support services, awarded on a sole-source basis, warrants scrutiny. Without competitive bidding, it is difficult to benchmark the pricing against market rates or similar government contracts. The fixed-price nature of the award provides some cost certainty, but the lack of competition means there was no external pressure to ensure the most economical price. Further analysis would require understanding the specific services rendered and comparing them to industry standards for similar facilities management contracts.
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. The justification for this approach is not detailed in the provided data. Typically, sole-source awards occur when only one responsible source can provide the required supplies or services. This lack of competition limits the government's ability to explore a range of pricing and service options, potentially leading to higher costs than if multiple bidders had vied for the contract.
Taxpayer Impact: Sole-source awards mean taxpayers may not be receiving the best possible value, as the absence of competition can lead to higher prices and less incentive for the contractor to be efficient.
Public Impact
The primary beneficiaries of this contract are the Department of Defense and its personnel, who receive essential facilities support services. Services delivered likely include maintenance, repair, and operational support for military facilities. The geographic impact is concentrated at the facilities managed by the Department of the Army, where SOS International LLC operates. Workforce implications include employment opportunities for individuals hired by SOS International LLC to perform these services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price discovery and potentially increases costs for taxpayers.
- Lack of competition reduces contractor incentive for innovation and efficiency.
- Absence of performance data makes it difficult to assess value for money.
- Contract duration of over two years without competition raises concerns about long-term cost implications.
Positive Signals
- Fixed-price contract type provides some cost predictability.
- Contract awarded to a single entity implies a specific capability or need was met.
Sector Analysis
Facilities Support Services is a broad sector encompassing a wide range of activities necessary for the operation and maintenance of physical infrastructure. This contract, valued at over $40 million, represents a significant investment within this sector for the Department of Defense. Comparable spending benchmarks in this area are highly variable, depending on the scale and complexity of the facilities managed. The market for facilities support services is competitive, but this specific award bypassed that competition.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses, nor does it appear to have significant subcontracting implications for small businesses based on the available information. The sole-source nature of the award further suggests that opportunities for small business participation may have been limited or non-existent.
Oversight & Accountability
Oversight mechanisms for this contract would typically be managed by the contracting officer and relevant Department of the Army officials. Accountability measures would be tied to the terms and conditions of the firm-fixed-price contract. Transparency is limited due to the sole-source award and the lack of detailed public justification for this procurement approach. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Department of Defense Facilities Maintenance
- Army Base Operations Support
- Government Facilities Management Contracts
- Logistics and Support Services
Risk Flags
- Sole-source award
- Lack of competition
- Potential for overpricing
- Limited transparency
Tags
defense, department-of-defense, department-of-the-army, facilities-support-services, definitive-contract, sole-source, firm-fixed-price, large-contract, services, sos-international-llc
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $40.2 million to SOS INTERNATIONAL LLC. IGF::OT::IGF BLS SERVICES (BESMAYA)
Who is the contractor on this award?
The obligated recipient is SOS INTERNATIONAL 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 $40.2 million.
What is the period of performance?
Start: 2015-01-02. End: 2017-02-01.
What specific facilities support services were included in this $40.2 million contract?
The provided data classifies the contract under NAICS code 561210, which corresponds to Facilities Support Services. While the specific services are not itemized, this category typically encompasses a broad range of activities such as building operations and maintenance, groundskeeping, custodial services, security, and potentially specialized support functions tailored to the needs of military installations. The firm-fixed-price nature suggests a defined scope of work was established at the time of award, aiming to cover these essential operational requirements for the duration of the contract.
Why was this contract awarded on a sole-source basis instead of being competed?
The data indicates a 'sole-source' award, meaning it was not competed. Government regulations permit sole-source awards under specific circumstances, such as when only one responsible contractor can provide the required services, or in cases of urgent and compelling need. Without further documentation or justification from the Department of Defense, the precise reason for bypassing the competitive bidding process remains unclear. This lack of competition is a key factor in assessing the overall value and potential cost-effectiveness of the contract for taxpayers.
How does the $40.2 million contract value compare to similar facilities support services contracts awarded by the DoD?
Direct comparison of the $40.2 million contract value is challenging without more specific details on the scope of services and geographic location. Facilities support services contracts can vary significantly in price based on the size and complexity of the facilities managed, as well as the specific services required (e.g., basic maintenance versus comprehensive facility management including security and IT infrastructure). However, a $40.2 million award for a definitive contract over approximately two years (based on start and end dates) suggests a substantial scope of work. The sole-source nature, however, prevents a direct benchmark against competitively bid contracts, which would typically offer a clearer indication of market pricing.
What is the track record of SOS International LLC in performing government contracts, particularly for facilities support?
The provided data identifies SOS International LLC as the contractor for this $40.2 million facilities support services contract. To assess their track record, one would need to examine their past performance on other government contracts, looking at factors such as successful delivery, adherence to schedules and budgets, and any past performance issues or disputes. Information on their experience specifically within facilities support services, especially for large-scale government operations like those of the Department of the Army, would be crucial for a comprehensive evaluation of their capability and reliability.
What are the potential risks associated with a sole-source award of this magnitude?
A sole-source award of this magnitude carries several potential risks. Primarily, the lack of competition can lead to higher prices than might be achieved through a competitive process, meaning taxpayers may not be getting the best value for their money. It also reduces the incentive for the contractor to innovate or operate with maximum efficiency, as there is no direct market pressure from competitors. Furthermore, without a competitive evaluation, there's a risk that the selected contractor may not be the most capable or offer the most suitable solution, although agencies typically have processes to vet sole-source providers. Transparency is also reduced, making it harder for the public to scrutinize the procurement decision.
What is the duration of this contract and how does it align with typical facilities support service agreements?
The contract has a duration of 761 days, which is approximately two years and one month, based on the start date of January 2, 2015, and an end date of February 1, 2017. This duration is within the typical range for definitive contracts for services like facilities support. Longer-term contracts can offer stability for both the government and the contractor, allowing for better planning and resource allocation. However, for sole-source awards, extended durations without periodic re-evaluation or competition can exacerbate the risks associated with potentially suboptimal pricing or performance.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Facilities Support Services › Facilities Support Services
Product/Service Code: OPERATION OF GOVT OWNED FACILITY › OPERATE GOVT OWNED BUILDINGS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: W56KGZ15R5000
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1881 CAMPUS COMMONS DRIVE, RESTON, VA, 20191
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $40,926,496
Exercised Options: $40,926,496
Current Obligation: $40,216,559
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Cost or Pricing Data: NO
Timeline
Start Date: 2015-01-02
Current End Date: 2017-02-01
Potential End Date: 2017-02-01 00:00:00
Last Modified: 2017-04-28
More Contracts from SOS International LLC
- BLS Services (taji) — $394.1M (Department of Defense)
- Base Undefinitized Contract Action (UCA) With SOS International LLC. (sosi) for Base Life Support (BLS) and Security Services for Approximately 3,200 U.S., Coalition, and Nato Forces AT Camp Taji Green Zone, Taji, Iraq in Support of Central Command, Combined Joint Task Force - Operation Inherent Resolve (cjtf-Oir). BLS AT Camp Taji IS Required to Support the Presidential Initiative of OIR. the Proposed Acquisition Will Include a 12-Month Base Period Plus 4 Option Years and Include FAR Clause 52.217-8, Option to Extend Services, for UP to 6 Additional Months. Award of Options IS Contingent Upon a Valid Land USE Agreement That Corresponds to the Projected Period of Performance — $227.3M (Department of Defense)
- SOS International Language Services for Eoir — $125.9M (Department of Justice)
- Mission Partner Environment (MPE) Network Engineering Services for United States Indo-Pacific Command (indopacom) — $80.2M (Department of Defense)
- MPE Network Engineering Services for Pacom — $79.4M (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)