DoD Awards $32.5M for Navy Facilities Support, APTIM Federal Services to Provide Recurring Maintenance

Contract Overview

Contract Amount: $32,516,316 ($32.5M)

Contractor: Aptim Federal Services, LLC

Awarding Agency: Department of Defense

Start Date: 2019-12-31

End Date: 2025-03-30

Contract Duration: 1,916 days

Daily Burn Rate: $17.0K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: RECURRING MAINTENANCE AND MINOR REPAIR, NORTHWEST DIVISION NAVY

Place of Performance

Location: ALEXANDRIA, ALEXANDRIA CITY County, VIRGINIA, 22314

State: Virginia Government Spending

Plain-Language Summary

Department of Defense obligated $32.5 million to APTIM FEDERAL SERVICES, LLC for work described as: RECURRING MAINTENANCE AND MINOR REPAIR, NORTHWEST DIVISION NAVY Key points: 1. Significant contract value of $32.5M for essential facilities maintenance. 2. APTIM Federal Services, LLC holds the contract, indicating a specific vendor relationship. 3. The contract spans nearly five years, suggesting long-term service needs. 4. Facilities Support Services (NAICS 561210) is a broad category with potential for varied service delivery.

Value Assessment

Rating: fair

The contract value of $32.5M over approximately 5 years suggests an average annual spend of $6.5M. Without specific per-unit cost data or benchmarks for similar Navy facilities maintenance contracts, a precise value assessment is difficult. However, the recurring nature implies established pricing.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, which typically fosters competitive pricing. However, this specific award is a delivery order against a larger contract, so the initial competition for the base contract is key.

Taxpayer Impact: Taxpayer funds are being used for essential maintenance of Navy facilities, ensuring operational readiness. The competitive award process aims to secure fair pricing.

Public Impact

Ensures operational readiness of critical Navy infrastructure through consistent maintenance. Supports local economies through employment and subcontracting opportunities related to facilities management. Provides a stable service provider for the Northwest Division Navy facilities.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Facilities Support Services (NAICS 561210) is a significant sector within government contracting, encompassing a wide range of maintenance, repair, and operational support for buildings and grounds. Spending benchmarks vary widely based on facility type, size, and geographic location.

Small Business Impact

The provided data does not indicate whether small businesses were involved as prime contractors or subcontractors. Further analysis would be needed to determine the extent of small business participation in this contract.

Oversight & Accountability

The contract is managed by the Department of the Army for the Department of Defense. Oversight would typically involve contract officers, technical representatives, and performance reviews to ensure services meet requirements and taxpayer funds are used efficiently.

Related Government Programs

Risk Flags

Tags

facilities-support-services, department-of-defense, va, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $32.5 million to APTIM FEDERAL SERVICES, LLC. RECURRING MAINTENANCE AND MINOR REPAIR, NORTHWEST DIVISION NAVY

Who is the contractor on this award?

The obligated recipient is APTIM FEDERAL SERVICES, 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 $32.5 million.

What is the period of performance?

Start: 2019-12-31. End: 2025-03-30.

What specific types of recurring maintenance and minor repairs are covered under this contract, and how do they align with industry best practices for naval facilities?

The provided data lacks specificity regarding the exact scope of 'recurring maintenance and minor repair.' A comprehensive review of the contract's Statement of Work (SOW) is necessary to understand the detailed services, such as HVAC servicing, plumbing, electrical upkeep, and structural repairs. Comparing these to established best practices for naval facilities would reveal if the contract adequately addresses all critical needs and prevents future costly issues.

How does the awarded amount of $32.5M compare to the estimated costs for similar facilities support contracts within the Department of Defense, particularly for naval installations?

Benchmarking this $32.5M contract against similar DoD facilities support contracts requires access to a database of historical contract awards and their associated scopes of work and pricing. Factors like geographic location, facility size and complexity, and the specific services rendered significantly influence costs. Without this comparative data, it's challenging to definitively assess if the price represents excellent value or if it's inflated compared to market rates for comparable services.

What mechanisms are in place to ensure the effectiveness and efficiency of APTIM FEDERAL SERVICES, LLC's performance throughout the contract's duration, and how is performance measured?

Effectiveness and efficiency are typically ensured through a robust contract management framework. This includes regular performance reviews, key performance indicators (KPIs) outlined in the contract, and potential incentives or penalties tied to service delivery. The Department of the Army's contracting officers and technical representatives are responsible for monitoring APTIM's performance against the SOW and ensuring that taxpayer funds are yielding the desired outcomes for Navy facilities maintenance.

Industry Classification

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

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: W912DY19R0038

Offers Received: 4

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Peraton Technology Services Inc.

Address: 1200 BRICKYARD LANE, SUITE 202, BATON ROUGE, LA, 70802

Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $35,481,128

Exercised Options: $32,516,316

Current Obligation: $32,516,316

Subaward Activity

Number of Subawards: 24

Total Subaward Amount: $2,733,840

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47QSHA18D000Z

IDV Type: FSS

Timeline

Start Date: 2019-12-31

Current End Date: 2025-03-30

Potential End Date: 2025-06-30 00:00:00

Last Modified: 2024-12-23

More Contracts from Aptim Federal Services, LLC

View all Aptim Federal Services, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending