USACE Awards $37.3M for Facilities Support Services to Weston Solutions Inc

Contract Overview

Contract Amount: $37,330,885 ($37.3M)

Contractor: Weston Solutions Inc

Awarding Agency: Department of Defense

Start Date: 2022-08-12

End Date: 2026-08-12

Contract Duration: 1,461 days

Daily Burn Rate: $25.6K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: MINOR/EMERGENCY REPAIR FOR USACE NWD-AF1

Place of Performance

Location: LAKEWOOD, JEFFERSON County, COLORADO, 80401

State: Colorado Government Spending

Plain-Language Summary

Department of Defense obligated $37.3 million to WESTON SOLUTIONS INC for work described as: MINOR/EMERGENCY REPAIR FOR USACE NWD-AF1 Key points: 1. The contract is for minor/emergency repair services. 2. Weston Solutions Inc. is the sole awardee. 3. The contract duration is 4 years. 4. The contract type is Firm Fixed Price. 5. The award was made under full and open competition.

Value Assessment

Rating: fair

The contract value of $37.3M over 4 years averages to approximately $9.3M annually. Benchmarking against similar facilities support contracts is difficult without more specific service details, but this appears to be within a reasonable range for emergency and minor repair services.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. This method generally promotes competitive pricing and ensures the government receives fair value.

Taxpayer Impact: The competitive award process is expected to yield a fair price for taxpayers, ensuring funds are used efficiently for necessary repairs.

Public Impact

Ensures critical facility maintenance and repair capabilities for the Army. Supports operational readiness by addressing minor and emergency repair needs. Provides essential services to USACE NWD-AF1 facilities. Contributes to the overall infrastructure integrity of the specified Army facilities.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Facilities Support Services (NAICS 561210) encompass a broad range of services for maintaining and operating buildings and infrastructure. Spending in this sector can vary significantly based on the type and scale of facilities managed. This contract appears to be a standard award for maintaining operational readiness.

Small Business Impact

The data indicates this contract was not set aside for small businesses and was awarded under full and open competition. Therefore, small businesses were eligible to compete, but there is no specific indication of their participation or award in this particular contract.

Oversight & Accountability

The contract is subject to standard federal procurement oversight. The long duration and fixed-price nature suggest a degree of predictability, but oversight will be crucial to ensure the scope of 'emergency' repairs remains appropriate and costs are controlled.

Related Government Programs

Risk Flags

Tags

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

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $37.3 million to WESTON SOLUTIONS INC. MINOR/EMERGENCY REPAIR FOR USACE NWD-AF1

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 $37.3 million.

What is the period of performance?

Start: 2022-08-12. End: 2026-08-12.

What is the specific breakdown of services included under 'minor/emergency repair' to better assess value?

A detailed breakdown of services would allow for a more precise comparison against industry benchmarks and similar contracts. Understanding the types of repairs covered (e.g., HVAC, plumbing, structural) and their typical frequency would clarify the value proposition and potential risks associated with emergency call-outs versus planned maintenance.

How will the government ensure that 'emergency' repairs do not become a mechanism for scope creep or inflated pricing?

Robust oversight and clear definitions within the contract are essential. The government should establish strict criteria for what constitutes an 'emergency' and require detailed justifications for all emergency repair requests. Regular performance reviews and cost analysis will help identify any patterns of excessive emergency work or pricing anomalies.

What is the historical performance of Weston Solutions Inc. on similar government contracts?

Assessing Weston Solutions Inc.'s past performance on comparable federal contracts would provide insight into their reliability, quality of service, and cost management. Positive performance history would increase confidence in their ability to meet the requirements of this contract effectively and efficiently, mitigating potential risks.

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: W912DY22R0005

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: $47,809,516

Exercised Options: $37,330,885

Current Obligation: $37,330,885

Subaward Activity

Number of Subawards: 275

Total Subaward Amount: $15,714,122

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QSHA18D0016

IDV Type: FSS

Timeline

Start Date: 2022-08-12

Current End Date: 2026-08-12

Potential End Date: 2028-02-12 00:00:00

Last Modified: 2025-08-13

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