Agriculture Dept. Awards $672K for NBAF Actuator Repair to Mill Creek Firelake JV LLC

Contract Overview

Contract Amount: $672,560 ($672.6K)

Contractor: Mill Creek Firelake JV LLC

Awarding Agency: Department of Agriculture

Start Date: 2026-04-07

End Date: 2026-10-09

Contract Duration: 185 days

Daily Burn Rate: $3.6K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: REPAIR WEDGE BARRIER ACTUATOR & COMPONENTS FOR NBAF

Place of Performance

Location: MANHATTAN, RILEY County, KANSAS, 66502

State: Kansas Government Spending

Plain-Language Summary

Department of Agriculture obligated $672,560 to MILL CREEK FIRELAKE JV LLC for work described as: REPAIR WEDGE BARRIER ACTUATOR & COMPONENTS FOR NBAF Key points: 1. Contract value of $672,560 for specialized repair services. 2. Mill Creek Firelake JV LLC secured the award. 3. Competition method was 'Full and Open Competition After Exclusion of Sources'. 4. The sector is primarily related to facility maintenance and repair within agricultural research.

Value Assessment

Rating: fair

The contract value of $672,560 for repair of a specific actuator and components appears to be within a reasonable range for specialized industrial maintenance. Benchmarking against similar complex repair contracts would provide a clearer picture of value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, suggesting a robust price discovery process. However, the 'after exclusion of sources' clause warrants further investigation to understand any limitations on the initial pool of bidders.

Taxpayer Impact: Taxpayer funds are being used for essential maintenance of critical research infrastructure, ensuring operational continuity.

Public Impact

Ensures continued operation of the National Bio and Agro-Defense Facility (NBAF). Supports specialized technical services for complex equipment. Potential impact on research timelines if repairs are delayed or inadequate.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the facility maintenance and repair sector, specifically for specialized equipment at a government research facility. Spending benchmarks for such niche repairs are difficult to establish without more detail on the components and required expertise.

Small Business Impact

The contract was not awarded to a small business. Further analysis would be needed to determine if small businesses were solicited or capable of performing this specialized repair work.

Oversight & Accountability

The award was a delivery order under a larger contract vehicle. Oversight would involve monitoring the performance of Mill Creek Firelake JV LLC against the contract terms and ensuring timely and quality completion of the repair work.

Related Government Programs

Risk Flags

Tags

plumbing-heating-and-air-conditioning-co, department-of-agriculture, ks, delivery-order, 100k-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Agriculture awarded $672,560 to MILL CREEK FIRELAKE JV LLC. REPAIR WEDGE BARRIER ACTUATOR & COMPONENTS FOR NBAF

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 $672,560.

What is the period of performance?

Start: 2026-04-07. End: 2026-10-09.

What specific components are included in the 'WEDGE BARRIER ACTUATOR' repair, and what is the criticality of this component to NBAF operations?

The specific components included in the repair are not detailed in the provided data. Understanding the exact nature of the actuator and its function within the National Bio and Agro-Defense Facility (NBAF) is crucial. If this actuator is a critical life-support, containment, or operational system, its failure or malfunction could have significant implications for ongoing research, safety protocols, and the overall mission of the facility.

What was the rationale for 'exclusion of sources' in the full and open competition process, and did it limit potential bidders?

The rationale for 'exclusion of sources' typically involves specific technical requirements, existing infrastructure compatibility, or unique capabilities possessed by certain entities. While the competition was 'full and open,' this clause suggests that only a subset of potential sources meeting predefined criteria were initially considered. This could potentially limit the breadth of competition and may warrant scrutiny to ensure it was justified and did not unduly restrict market access.

How does the $672,560 contract value compare to industry benchmarks for similar specialized actuator repair services, considering the unique environment of NBAF?

Without specific details on the actuator's make, model, and the exact nature of the required repairs, direct benchmarking is challenging. However, the value suggests a significant repair effort. Comparing this cost to similar high-specification industrial equipment repairs, factoring in the specialized knowledge and security protocols required for a bio-defense facility like NBAF, would be necessary to assess its cost-effectiveness and ensure fair pricing.

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

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: $672,560

Exercised Options: $672,560

Current Obligation: $672,560

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: 2026-04-07

Current End Date: 2026-10-09

Potential End Date: 2026-10-09 00:00:00

Last Modified: 2026-04-07

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