USDA awards $3.8M contract for liquid nitrogen system modifications at National Bio and Agro-Defense Facility

Contract Overview

Contract Amount: $3,827,397 ($3.8M)

Contractor: Mill Creek Firelake JV LLC

Awarding Agency: Department of Agriculture

Start Date: 2026-04-02

End Date: 2027-04-02

Contract Duration: 365 days

Daily Burn Rate: $10.5K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: LIQUID NITROGEN SYSTEM MODIFICATIONS, NATIONAL BIO AND AGRO-DEFENSE FACILITY, MANHATTAN, KANSAS

Place of Performance

Location: MANHATTAN, RILEY County, KANSAS, 66502

State: Kansas Government Spending

Plain-Language Summary

Department of Agriculture obligated $3.8 million to MILL CREEK FIRELAKE JV LLC for work described as: LIQUID NITROGEN SYSTEM MODIFICATIONS, NATIONAL BIO AND AGRO-DEFENSE FACILITY, MANHATTAN, KANSAS Key points: 1. Contract value of $3.8M for system modifications. 2. Competition was full and open after exclusion of sources. 3. Contract awarded to Mill Creek Firelake JV LLC. 4. Project duration is 365 days. 5. Delivery order type contract. 6. Fixed price contract type.

Value Assessment

Rating: good

The contract value of $3.8M appears reasonable for specialized system modifications at a large federal facility. Benchmarking against similar HVAC and plumbing contracts for research facilities would provide a more precise value-for-money assessment. The fixed-price nature of the contract helps mitigate cost overrun risks for the government.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This suggests that while the competition was intended to be broad, specific sources may have been excluded initially, potentially limiting the number of bidders. Further details on the reasons for exclusion would clarify the competitive landscape.

Taxpayer Impact: The 'limited' competition level, even if initially broad, could potentially lead to less aggressive pricing compared to a truly unrestricted full and open competition. However, the exclusion criteria would need to be justified to ensure fair taxpayer value.

Public Impact

Benefits the Agricultural Research Service (ARS) by ensuring the proper functioning of critical infrastructure. Services delivered include modifications to a liquid nitrogen system, essential for laboratory operations. Geographic impact is localized to the National Bio and Agro-Defense Facility in Manhattan, Kansas. Workforce implications include skilled trades personnel for installation and modification.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the construction and facilities maintenance sector, specifically related to specialized mechanical systems for research infrastructure. The market for such specialized contracting is often niche, involving firms with specific expertise in handling sensitive materials and complex systems like those required for cryogenic applications. Spending benchmarks for similar facility upgrades at large government research campuses would be relevant.

Small Business Impact

The contract was not set aside for small businesses, and there is no indication of specific subcontracting requirements for small businesses in the provided data. This suggests that the primary award went to a larger entity or joint venture, and the direct impact on the small business ecosystem may be limited unless subcontracting opportunities arise.

Oversight & Accountability

Oversight will likely be managed by the Agricultural Research Service (ARS) contracting officers and project managers. Accountability measures are inherent in the firm-fixed-price contract type, requiring the contractor to complete the work to specifications. Transparency is generally maintained through federal contract databases, though specific performance metrics and oversight reports may not be publicly detailed.

Related Government Programs

Risk Flags

Tags

construction, department-of-agriculture, agricultural-research-service, manhattan-kansas, delivery-order, firm-fixed-price, full-and-open-competition-after-exclusion-of-sources, plumbing-heating-and-air-conditioning-contractors, research-facility, infrastructure-modification

Frequently Asked Questions

What is this federal contract paying for?

Department of Agriculture awarded $3.8 million to MILL CREEK FIRELAKE JV LLC. LIQUID NITROGEN SYSTEM MODIFICATIONS, NATIONAL BIO AND AGRO-DEFENSE FACILITY, MANHATTAN, KANSAS

Who is the contractor on this award?

The obligated recipient is MILL CREEK FIRELAKE JV LLC.

Which agency awarded this contract?

Awarding agency: Department of Agriculture (Agricultural Research Service).

What is the total obligated amount?

The obligated amount is $3.8 million.

What is the period of performance?

Start: 2026-04-02. End: 2027-04-02.

What is the specific nature of the 'liquid nitrogen system modifications' and why are they necessary?

The liquid nitrogen system modifications are essential for maintaining and upgrading the cryogenic infrastructure at the National Bio and Agro-Defense Facility (NBAF). Liquid nitrogen is crucial for preserving biological samples, operating specialized laboratory equipment, and ensuring the containment of potentially hazardous biological agents. Modifications may be required due to aging systems, technological upgrades, increased capacity needs, or to meet evolving safety and operational standards for a high-containment research environment. The specific modifications would detail the scope of work, such as replacing components, upgrading insulation, enhancing control systems, or reconfiguring piping to improve efficiency and safety.

What are the qualifications and past performance of Mill Creek Firelake JV LLC for this type of project?

Mill Creek Firelake JV LLC is a joint venture, likely formed to combine expertise and resources for complex projects. To assess their qualifications, one would examine their corporate structure, the experience of their parent companies (if applicable), and their track record on similar government or industrial contracts. Past performance reviews, typically available through federal procurement databases or agency records, would detail their success in completing projects on time, within budget, and to required specifications, particularly concerning HVAC, plumbing, and specialized system installations in sensitive environments. Their specific experience with cryogenic systems or large-scale research facilities would be a key indicator of suitability.

How does the $3.8M contract value compare to similar projects for specialized facility modifications?

Benchmarking the $3.8M contract value requires comparison with similar projects involving specialized system modifications (like cryogenic or HVAC systems) at large-scale research or bio-defense facilities. Factors influencing cost include the complexity of the modifications, the specific technologies involved, the duration of the project, labor costs in the region (Manhattan, KS), and the level of regulatory compliance required. If comparable projects of similar scope and complexity have been awarded in the range of $3M-$5M, then this contract appears to be within a reasonable market range. However, a detailed analysis would involve comparing the scope of work, materials, and labor hours against publicly available data for analogous contracts.

What are the potential risks associated with a 'Full and Open Competition After Exclusion of Sources' award?

The 'Full and Open Competition After Exclusion of Sources' (F&O CAES) award mechanism presents specific risks. While intended to be competitive, the initial exclusion of certain sources means the pool of potential bidders was narrowed before the solicitation. This could limit the diversity of technical approaches and potentially reduce the competitive pressure on pricing if the remaining bidders have limited alternatives. Risks include the possibility that highly qualified contractors were excluded without adequate justification, or that the remaining bidders may have less incentive to offer the most competitive pricing. Ensuring the exclusion criteria were valid and narrowly tailored is crucial to mitigate these risks and ensure fair market access.

What is the historical spending pattern for liquid nitrogen systems or similar infrastructure at the NBAF or comparable USDA facilities?

Analyzing historical spending for liquid nitrogen systems or comparable infrastructure at the NBAF and other USDA facilities provides context for the current $3.8M award. This involves reviewing past contracts for installation, maintenance, and upgrades of cryogenic or specialized laboratory systems. Significant past investments might indicate a pattern of ongoing infrastructure development or upgrades. Conversely, a lack of recent, substantial spending could suggest this is a new or infrequent type of capital expenditure. Understanding the frequency and scale of previous related contracts helps assess whether the current award is an outlier, a continuation of a trend, or a necessary investment based on facility lifecycle and operational requirements.

Industry Classification

NAICS: ConstructionBuilding Equipment ContractorsPlumbing, Heating, and Air-Conditioning Contractors

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 1232SA25R0092

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 19035 US HIGHWAY 75, HOLTON, KS, 66436

Business Categories: American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $3,827,397

Exercised Options: $3,827,397

Current Obligation: $3,827,397

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 12805B24D0003

IDV Type: IDC

Timeline

Start Date: 2026-04-02

Current End Date: 2027-04-02

Potential End Date: 2027-04-02 00:00:00

Last Modified: 2026-04-02

More Contracts from Mill Creek Firelake JV LLC

View all Mill Creek Firelake JV LLC federal contracts →

Other Department of Agriculture Contracts

View all Department of Agriculture contracts →

Explore Related Government Spending