DoD awards $26.6M contract for Command Control Facility maintenance, with M.C. Dean Inc. securing the deal
Contract Overview
Contract Amount: $26,617,544 ($26.6M)
Contractor: M. C. Dean, Inc.
Awarding Agency: Department of Defense
Start Date: 2022-09-19
End Date: 2026-09-18
Contract Duration: 1,460 days
Daily Burn Rate: $18.2K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: MAINTENANCE & SERVICES (M&S) AT COMMAND CONTROL FACILITY (C2F) BLDG. 600, FT SHAFTER, OAHU, HI
Place of Performance
Location: FORT SHAFTER, HONOLULU County, HAWAII, 96858
State: Hawaii Government Spending
Plain-Language Summary
Department of Defense obligated $26.6 million to M. C. DEAN, INC. for work described as: MAINTENANCE & SERVICES (M&S) AT COMMAND CONTROL FACILITY (C2F) BLDG. 600, FT SHAFTER, OAHU, HI Key points: 1. Contract focuses on essential maintenance and services for a critical Command Control Facility. 2. The award was made under full and open competition, suggesting a competitive bidding process. 3. The contract duration of approximately four years provides a stable period for service delivery. 4. The fixed-price nature of the contract shifts performance risk to the contractor. 5. The services are categorized under Computer Systems Design, indicating a technology-centric focus. 6. The geographic location in Hawaii may present unique logistical considerations for service delivery.
Value Assessment
Rating: good
The contract value of $26.6 million over four years appears reasonable for specialized facility maintenance and IT services. Benchmarking against similar contracts for Command Control Facilities in similar geographic regions would provide a more precise value assessment. The fixed-price structure suggests the government has negotiated a set cost, which can be advantageous if the contractor manages costs effectively. However, without detailed breakdowns of the services included, a definitive value-for-money judgment is challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of 5 bids suggests a healthy level of competition for this requirement. A competitive process generally leads to better price discovery and potentially more favorable terms for the government compared to sole-source or limited competition scenarios.
Taxpayer Impact: The full and open competition ensures that taxpayer dollars are likely being used efficiently, as multiple companies vied to offer the best value, driving down costs and improving service quality.
Public Impact
The primary beneficiaries are the Department of Defense and its personnel who rely on the Command Control Facility for operational readiness. The contract ensures the continued functionality and maintenance of critical infrastructure at Building 600, Fort Shafter. The services delivered are essential for maintaining the operational integrity of command and control systems. The geographic impact is localized to Oahu, Hawaii, supporting military operations in the region. Workforce implications include potential employment opportunities for skilled technicians and support staff in Hawaii.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if unforeseen technical issues arise in the aging facility.
- Ensuring consistent service quality across the four-year contract term.
- Logistical challenges associated with operating in a remote island location like Hawaii.
Positive Signals
- Award to an established contractor, M.C. Dean, Inc., suggests a degree of confidence in their capabilities.
- Fixed-price contract structure incentivizes contractor efficiency and cost control.
- Full and open competition indicates a robust market response and potential for competitive pricing.
Sector Analysis
This contract falls within the broader IT services and facility maintenance sector, specifically supporting critical defense infrastructure. The market for specialized facility management and IT support for government installations is substantial, with numerous contractors capable of performing such work. The size and nature of this contract are typical for maintaining essential operational capabilities within military bases. Comparable spending benchmarks would involve looking at other contracts for similar facility types and service scopes across different military branches.
Small Business Impact
The data indicates this contract was awarded under full and open competition and does not specify a small business set-aside. While M.C. Dean, Inc. is a large business, there is no information provided on subcontracting plans for small businesses. Further analysis would be needed to determine if small businesses are being utilized in the subcontracting chain, which is crucial for fostering the small business ecosystem within federal contracting.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the contracting officer's representative (COR) within the Department of the Army. Performance monitoring, quality assurance checks, and invoice reviews are standard accountability measures. Transparency is generally maintained through contract award databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Base Operations Support (BOS)
- Information Technology Support Services
- Facilities Engineering and Maintenance
- Command and Control Systems Maintenance
- Defense Infrastructure Modernization
Risk Flags
- Potential for scope creep if not clearly defined in the PWS.
- Dependency on contractor's specialized knowledge for critical systems.
- Logistical challenges in Hawaii impacting service delivery timelines.
- Risk of outdated technology if upgrades are not incorporated.
Tags
defense, department-of-defense, department-of-the-army, facility-maintenance, it-services, computer-systems-design, full-and-open-competition, firm-fixed-price, delivery-order, hawaii, oahu, command-control-facility
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $26.6 million to M. C. DEAN, INC.. MAINTENANCE & SERVICES (M&S) AT COMMAND CONTROL FACILITY (C2F) BLDG. 600, FT SHAFTER, OAHU, HI
Who is the contractor on this award?
The obligated recipient is M. C. DEAN, 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 $26.6 million.
What is the period of performance?
Start: 2022-09-19. End: 2026-09-18.
What is the track record of M.C. Dean, Inc. with the Department of Defense for similar IT and facility maintenance contracts?
M.C. Dean, Inc. has a significant history of contracting with the Department of Defense, often securing large-value contracts for complex IT, cybersecurity, and facility management services. Their portfolio includes work on critical infrastructure, secure facilities, and advanced technological systems across various military branches. Analyzing their past performance on similar fixed-price contracts, particularly those involving facility maintenance and IT integration in secure environments, would reveal their ability to deliver within budget and schedule. Past performance reviews and any documented disputes or contract terminations would be key indicators of their reliability and capability in fulfilling such requirements.
How does the awarded price compare to industry benchmarks for Command Control Facility maintenance in Hawaii?
Benchmarking the $26.6 million contract value against industry standards for Command Control Facility maintenance in Hawaii requires detailed service scope comparison. Factors such as the specific systems maintained (e.g., HVAC, power, IT infrastructure, security), the size of the facility, and the required service levels (e.g., 24/7 support, response times) significantly influence costs. Given Hawaii's unique logistical challenges and higher cost of living, services there may command a premium. A comprehensive benchmark would involve analyzing data from similar DoD or civilian facility contracts in the region, considering the contractor's overhead, labor rates, and profit margins to assess if the awarded price represents good value for money.
What are the primary risks associated with this contract, and how are they being mitigated?
Primary risks include potential cost overruns due to unforeseen facility issues, contractor underperformance impacting critical C2F operations, and logistical challenges unique to Hawaii. As this is a Firm Fixed Price (FFP) contract, the financial risk of cost overruns is largely borne by M.C. Dean, Inc., incentivizing efficient management. Mitigation strategies likely involve robust performance work statements, clear quality assurance surveillance plans (QASP), regular progress reviews, and defined penalties for non-performance. The contractor's experience and the competitive bidding process also serve as risk mitigation factors, suggesting a capable entity was selected.
How effective has M.C. Dean, Inc. been in delivering similar services under previous fixed-price contracts with the government?
Assessing M.C. Dean, Inc.'s effectiveness requires reviewing their past performance data, including contract completion records, customer satisfaction surveys, and any documented instances of disputes or contract modifications. Their extensive history with the DoD suggests a generally positive track record, but specific performance metrics on prior fixed-price contracts for similar services are crucial. Analyzing the number and nature of change orders, the timeliness of delivery, and adherence to quality standards on comparable projects would provide insight into their operational efficiency and reliability. Government performance evaluations (e.g., CPARS) are the primary source for this information.
What is the historical spending trend for Command Control Facility maintenance at Fort Shafter or similar facilities within the Department of the Army?
Analyzing historical spending trends for Command Control Facility maintenance at Fort Shafter or comparable Army installations provides context for the current $26.6 million award. This involves examining prior contracts for similar services, noting their values, durations, and the contractors involved. Significant year-over-year increases or decreases in spending could indicate changes in facility needs, technological upgrades, or shifts in contracting strategies. Understanding the historical budget allocation for such maintenance can reveal patterns of investment and identify potential areas where spending may have been unusually high or low, informing the assessment of the current contract's value.
What specific IT systems and infrastructure are covered under the 'Computer Systems Design Services' classification for this contract?
The classification 'Computer Systems Design Services' (NAICS 541512) for this contract implies a scope beyond simple hardware maintenance. It likely encompasses the design, integration, and potentially ongoing support of the IT infrastructure that underpins the Command Control Facility's operations. This could include network architecture, server management, cybersecurity systems, communication platforms, and the integration of various software and hardware components to ensure seamless command and control functions. The specific systems would be detailed in the Performance Work Statement (PWS), outlining requirements for system availability, performance, and security crucial for military operations.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: W912DY17R0014
Offers Received: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1765 GREENSBORO STATION PLACE SUITE 1400, TYSONS, VA, 22102
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $62,340,330
Exercised Options: $40,123,445
Current Obligation: $26,617,544
Subaward Activity
Number of Subawards: 40
Total Subaward Amount: $5,108,481
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: W912DY20D0034
IDV Type: IDC
Timeline
Start Date: 2022-09-19
Current End Date: 2026-09-18
Potential End Date: 2028-03-18 00:00:00
Last Modified: 2025-09-24
More Contracts from M. C. Dean, Inc.
- Recapitalization of Power Generation Plant and Supervisory Control and Data Acquisition (scada), Located on Buckley AFB, CO — $207.5M (Department of Defense)
- Project "EIU" — $53.0M (Department of Homeland Security)
- Adf-C Recap 1 (split Load CTR K and UPS — $45.3M (Department of Defense)
- Award for Facilities Engineering, Operations and Maintenance Services AT 10 Federal Buildings in Washington, D.C. for Option Period 3 — $44.8M (General Services Administration)
- Force Protection Technology Support Services — $40.4M (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)