Army awards $41.9M for facilities maintenance, with Weston Solutions Inc. handling recurring repairs

Contract Overview

Contract Amount: $41,872,445 ($41.9M)

Contractor: Weston Solutions Inc

Awarding Agency: Department of Defense

Start Date: 2022-02-08

End Date: 2026-08-07

Contract Duration: 1,641 days

Daily Burn Rate: $25.5K/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 AND EMERGENCY REPAIR FUNDING FOR SOUTH ATLANTIC DIVISION, ARMY (SAD-A)

Place of Performance

Location: PEACHTREE CORNERS, GWINNETT County, GEORGIA, 30092

State: Georgia Government Spending

Plain-Language Summary

Department of Defense obligated $41.9 million to WESTON SOLUTIONS INC for work described as: RECURRING MAINTENANCE AND MINOR AND EMERGENCY REPAIR FUNDING FOR SOUTH ATLANTIC DIVISION, ARMY (SAD-A) Key points: 1. The contract focuses on essential recurring maintenance and minor repairs, indicating a need for consistent upkeep of facilities. 2. Awarded through full and open competition, suggesting a competitive process for selecting the contractor. 3. The contract duration of over four years points to a long-term commitment for facility support services. 4. The fixed-price contract type aims to provide cost certainty for the government. 5. The geographic focus on the South Atlantic Division (Georgia) highlights regional infrastructure needs. 6. The absence of small business set-asides warrants further investigation into subcontracting opportunities.

Value Assessment

Rating: good

The contract value of approximately $41.9 million over four years for facilities support services appears reasonable given the scope of recurring maintenance and minor repairs. Benchmarking against similar contracts for facilities support in the Department of Defense would provide a more precise value-for-money assessment. The firm-fixed-price structure helps control costs, but the absence of detailed performance metrics makes a definitive value assessment challenging without further data.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple bidders were likely solicited. The presence of four bids suggests a healthy level of competition for these services. A competitive process generally leads to better price discovery and potentially more favorable terms for the government compared to sole-source or limited competition awards.

Taxpayer Impact: The full and open competition ensures that taxpayer dollars are likely being used efficiently by fostering a competitive environment that drives down prices and encourages innovation among bidders.

Public Impact

Military installations and facilities within the Army's South Atlantic Division, primarily in Georgia, will benefit from consistent maintenance and repair services. Essential services include recurring maintenance, minor repairs, and emergency response for facilities, ensuring operational readiness. The contract supports the physical infrastructure critical for military operations and personnel. Workforce implications may include employment opportunities for skilled trades and maintenance personnel managed by Weston Solutions Inc.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Facilities Support Services (NAICS 561210) is a broad category encompassing a wide range of services essential for the operation and maintenance of buildings and grounds. The federal government is a significant consumer of these services, with spending often concentrated in areas with large military installations or federal agency presence. This contract fits within the broader trend of federal agencies outsourcing facility management to specialized private sector firms to ensure operational efficiency and cost-effectiveness.

Small Business Impact

This contract was not awarded as a small business set-aside, and the data indicates no specific small business participation goals were mandated. This suggests that opportunities for small businesses may primarily arise through subcontracting by the prime contractor, Weston Solutions Inc. Further investigation into the prime contractor's subcontracting plan and historical performance with small businesses would be necessary to assess the impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract would typically fall under the purview of the contracting officer and the relevant Department of the Army contracting command. Performance monitoring, invoice review, and compliance checks are standard oversight mechanisms. Transparency is generally maintained through contract databases like FPDS, though detailed operational oversight reports are not publicly available.

Related Government Programs

Risk Flags

Tags

facilities-support-services, recurring-maintenance, minor-repairs, emergency-repairs, department-of-defense, department-of-the-army, weston-solutions-inc, firm-fixed-price, full-and-open-competition, georgia, south-atlantic-division, long-term-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $41.9 million to WESTON SOLUTIONS INC. RECURRING MAINTENANCE AND MINOR AND EMERGENCY REPAIR FUNDING FOR SOUTH ATLANTIC DIVISION, ARMY (SAD-A)

Who is the contractor on this award?

The obligated recipient is WESTON SOLUTIONS INC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Army).

What is the total obligated amount?

The obligated amount is $41.9 million.

What is the period of performance?

Start: 2022-02-08. End: 2026-08-07.

What is the historical spending pattern for facilities maintenance and repair within the Army's South Atlantic Division?

Analyzing historical spending for facilities maintenance and repair within the Army's South Atlantic Division (SAD) requires accessing detailed contract data over several fiscal years. While this specific contract represents $41.9 million from February 2022 to August 2026, understanding the broader trend involves looking at previous contracts for similar services. Factors influencing historical spending include the age and condition of facilities, military readiness requirements, and budget allocations. A significant increase or decrease in spending could indicate shifts in infrastructure investment priorities or changes in maintenance strategies. Without access to a comprehensive historical database for SAD facilities maintenance, a precise analysis of spending patterns is not possible, but this contract suggests a sustained investment in maintaining critical infrastructure.

How does the per-unit cost of services under this contract compare to similar facilities maintenance contracts awarded by other federal agencies?

A direct per-unit cost comparison for this contract is challenging without specific line-item details on the services provided and their associated costs. The contract is for 'RECURRING MAINTENANCE AND MINOR AND EMERGENCY REPAIR FUNDING,' which is a broad scope. To benchmark effectively, one would need to identify comparable contracts from other agencies (e.g., Navy, Air Force, GSA) that cover similar types and volumes of facilities maintenance and repair services. Key metrics for comparison could include cost per square foot maintained, cost per work order completed, or cost per facility serviced. Given the firm-fixed-price nature, the contractor assumes more risk, which can influence the overall price. A preliminary assessment suggests the $41.9 million over approximately 1641 days (roughly $25,500 per day) is a significant investment, but its value relative to market rates depends heavily on the specific services rendered and the geographic cost of labor and materials in Georgia.

What is Weston Solutions Inc.'s track record with federal facilities maintenance contracts, particularly with the Department of Defense?

Weston Solutions Inc. has a history of performing services for the federal government, including contracts related to environmental services, engineering, and construction. To assess their track record specifically for facilities maintenance with the Department of Defense (DoD), a review of their past performance evaluations and contract history within the Federal Procurement Data System (FPDS) is necessary. Key indicators of a strong track record include consistent positive past performance ratings, successful completion of similar scope contracts, and minimal contract disputes or terminations. For this specific contract, the award to Weston Solutions Inc. suggests they met the government's requirements and demonstrated capability. However, a deeper dive into their performance on prior DoD facilities contracts would provide a more comprehensive understanding of their reliability and expertise in this domain.

What are the potential risks associated with a long-term facilities maintenance contract like this one?

Long-term facilities maintenance contracts, such as this four-year award, carry several potential risks. One primary risk is scope creep, where the definition of 'minor' or 'emergency' repairs might expand over time, leading to increased costs or demands beyond the original intent. Another risk is contractor performance degradation; a contractor might become complacent over time, leading to a decline in service quality. Price escalation is also a concern, especially if the fixed-price contract doesn't adequately account for inflation in labor, materials, and fuel over the multi-year period. Furthermore, technological advancements in facility management or maintenance techniques might be slower to be adopted by the contractor if not explicitly incentivized. Finally, the government's reliance on a single contractor for essential services can create a vulnerability if the contractor faces financial difficulties or operational issues.

How does the competition level (4 bidders) for this contract potentially impact the government's ability to secure favorable pricing and terms?

Having four bidders for this facilities maintenance contract is generally a positive indicator for the government. A higher number of bidders typically increases the likelihood that the government will receive competitive pricing, as companies vie for the award. It also encourages bidders to offer more favorable terms and innovative solutions to differentiate themselves. With four offers, the contracting officer has a basis for comparison to ensure the selected offer represents good value. If there had been only one or two bidders, the government might have less leverage to negotiate price reductions or specific contract clauses, potentially leading to higher costs or less favorable terms for taxpayers. The level of competition here suggests a reasonably efficient market for these services.

What are the implications of this contract being a Firm Fixed Price (FFP) award for cost control and risk management?

A Firm Fixed Price (FFP) contract structure places the primary responsibility for cost overruns on the contractor, Weston Solutions Inc. This is generally advantageous for the government as it provides a high degree of cost certainty. The government knows the total price it will pay, assuming the scope of work remains unchanged. This structure incentivizes the contractor to manage its costs efficiently and to perform the work within the agreed-upon budget. However, for the contractor, an FFP contract carries higher risk, especially for services where costs can be unpredictable, such as emergency repairs. To mitigate this risk, contractors often build in contingency amounts into their pricing, which could potentially lead to a higher initial price compared to other contract types like cost-plus. For the government, the key is ensuring the initial FFP is based on a well-defined scope and realistic cost estimates.

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: W912DY21R0040

Offers Received: 4

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Weston Solutions Holdings Inc

Address: 1400 WESTON WAY, WEST CHESTER, PA, 19380

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $41,872,445

Exercised Options: $41,872,445

Current Obligation: $41,872,445

Subaward Activity

Number of Subawards: 282

Total Subaward Amount: $11,936,255

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QSHA18D0016

IDV Type: FSS

Timeline

Start Date: 2022-02-08

Current End Date: 2026-08-07

Potential End Date: 2026-08-07 00:00:00

Last Modified: 2025-11-14

More Contracts from Weston Solutions Inc

View all Weston Solutions Inc federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending