Restroom renovation contract awarded to Sealaska Constructors LLC for over $2.1 million
Contract Overview
Contract Amount: $2,121,591 ($2.1M)
Contractor: Sealaska Constructors LLC
Awarding Agency: Department of the Interior
Start Date: 2024-08-06
End Date: 2026-03-31
Contract Duration: 602 days
Daily Burn Rate: $3.5K/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: RENOVATE RESTROOMS BLDG 2
Place of Performance
Location: LAWRENCE, DOUGLAS County, KANSAS, 66046
State: Kansas Government Spending
Plain-Language Summary
Department of the Interior obligated $2.1 million to SEALASKA CONSTRUCTORS LLC for work described as: RENOVATE RESTROOMS BLDG 2 Key points: 1. Value for money assessed against similar renovation projects. 2. Competition dynamics indicate a full and open process. 3. Risk indicators include project duration and fixed-price nature. 4. Performance context relies on contractor's past delivery. 5. Sector positioning within commercial building construction.
Value Assessment
Rating: fair
The contract value of $2.1 million for restroom renovations appears within a reasonable range for a project of this scope, though specific benchmarking against identical facilities is difficult without more detailed project specifications. The firm-fixed-price structure shifts risk to the contractor, which can be beneficial for cost certainty if the scope is well-defined. However, it also means potential for cost overruns if unforeseen issues arise, impacting the ultimate value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'Full and Open Competition After Exclusion of Sources,' suggesting an initial limited approach that was broadened. The presence of two bidders indicates some level of competition, but the exact number of potential bidders and the reasons for the initial exclusion of sources warrant further investigation to ensure optimal price discovery.
Taxpayer Impact: The competitive process, while not fully open from the outset, likely resulted in a more favorable price for taxpayers than a sole-source award. However, understanding the full extent of competition is key to maximizing taxpayer savings.
Public Impact
Federal employees and visitors will benefit from updated restroom facilities. Services delivered include renovation and construction of building infrastructure. Geographic impact is localized to the facility in Kansas. Workforce implications include construction jobs for the awarded contractor and potential subcontractors.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep in renovation projects can lead to cost increases.
- Contractor's past performance on similar projects needs verification.
- The 'exclusion of sources' clause requires scrutiny to ensure fairness.
Positive Signals
- Firm-fixed-price contract provides cost certainty if scope is managed.
- Competition, even if limited initially, suggests a degree of market responsiveness.
- Project duration is defined, allowing for planning and oversight.
Sector Analysis
This contract falls within the Commercial and Institutional Building Construction sector, a significant segment of the broader construction industry. Spending in this area is driven by the need to maintain and upgrade federal facilities. Benchmarking against similar government renovation projects would provide a clearer picture of cost-effectiveness, but typical projects of this nature can range from hundreds of thousands to several million dollars depending on scale and complexity.
Small Business Impact
There is no indication of a small business set-aside for this contract, nor are there explicit subcontracting requirements mentioned. This suggests that small businesses may not be directly benefiting from this specific award, and their participation would likely be through the prime contractor's own procurement decisions.
Oversight & Accountability
Oversight will likely be managed by the contracting officer's representative (COR) within the Bureau of Indian Affairs and Bureau of Indian Education. Accountability measures are tied to the firm-fixed-price contract terms and delivery schedule. Transparency is facilitated by the Federal Procurement Data System (FPDS), where contract details are publicly available.
Related Government Programs
- Federal Building Renovations
- Bureau of Indian Affairs Construction Projects
- General Services Administration (GSA) Facility Management
Risk Flags
- Potential for unforeseen conditions in renovation projects.
- Limited number of bidders (2) may impact price competitiveness.
- Need to verify contractor's past performance on similar projects.
Tags
construction, department-of-the-interior, bureau-of-indian-affairs, firm-fixed-price, delivery-order, full-and-open-competition, kansas, commercial-and-institutional-building-construction, renovation, federal-facilities
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $2.1 million to SEALASKA CONSTRUCTORS LLC. RENOVATE RESTROOMS BLDG 2
Who is the contractor on this award?
The obligated recipient is SEALASKA CONSTRUCTORS LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (Bureau of Indian Affairs and Bureau of Indian Education).
What is the total obligated amount?
The obligated amount is $2.1 million.
What is the period of performance?
Start: 2024-08-06. End: 2026-03-31.
What is the track record of Sealaska Constructors LLC on similar federal contracts?
A review of Sealaska Constructors LLC's contract history within the Federal Procurement Data System (FPDS) would be necessary to assess their track record. Specifically, one would look for past performance on projects of similar size, scope (restroom renovations, building construction), and complexity. Key metrics to examine include on-time delivery, adherence to budget, quality of work, and any instances of disputes or contract modifications. A history of successful project completion would indicate lower risk for this current contract, while a pattern of issues might raise concerns about their capacity or management.
How does the awarded price compare to market rates for similar restroom renovation projects?
To benchmark the $2.1 million price, one would need to compare it against recent, similar government contracts for restroom renovations, ideally within the same geographic region (Kansas) and of comparable size (602 days duration). Industry cost estimating databases and construction cost indices can also provide market rate context. Factors such as the extent of renovation (e.g., plumbing, fixtures, accessibility upgrades), materials used, and labor costs in the specific area will influence the price. Without detailed specifications, a precise comparison is challenging, but the price should be evaluated against the scope of work to determine if it represents good value.
What are the primary risks associated with this firm-fixed-price contract?
The primary risk with a firm-fixed-price (FFP) contract, especially for renovations, is the potential for unforeseen issues that increase costs for the contractor, potentially leading to delays or quality compromises if the contractor attempts to cut corners. For this specific contract, risks include discovering hidden structural problems, asbestos, or outdated plumbing/electrical systems during demolition that were not accounted for in the initial scope. The contractor bears the financial risk of cost overruns, but if these issues are significant, it could impact project completion. The 602-day duration also presents a risk of market fluctuations in material costs.
How effective is the 'Full and Open Competition After Exclusion of Sources' clause in ensuring fair pricing?
The 'Full and Open Competition After Exclusion of Sources' clause is intended to broaden competition after an initial, more restrictive approach. Its effectiveness in ensuring fair pricing depends heavily on the reasons for the initial exclusion and the subsequent solicitation process. If the exclusion was based on specific, justifiable technical requirements that were later relaxed, it could indicate a less than optimal initial market assessment. The fact that it ultimately became 'full and open' suggests an effort to maximize competition. However, the number of bidders (two) is relatively low, which might limit the downward pressure on price compared to a scenario with numerous competitive bids.
What is the historical spending trend for restroom renovations by the Bureau of Indian Affairs?
Analyzing historical spending data for restroom renovations by the Bureau of Indian Affairs (BIA) would provide context for this $2.1 million contract. This would involve examining FPDS data for similar projects over the past several fiscal years to identify average contract values, project durations, and the number of bidders. Significant deviations from historical averages, either higher or lower, could signal changes in market conditions, project complexity, or procurement strategies. Understanding this trend can help assess whether the current contract represents a typical investment or an outlier.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Commercial and Institutional Building Construction
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR NONBUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 140A2324R0053
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1200 6TH AVE STE 800, SEATTLE, WA, 98101
Business Categories: Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,121,591
Exercised Options: $2,121,591
Current Obligation: $2,121,591
Actual Outlays: $2,121,591
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 140A1621D0050
IDV Type: IDC
Timeline
Start Date: 2024-08-06
Current End Date: 2026-03-31
Potential End Date: 2026-03-31 00:00:00
Last Modified: 2026-03-05
More Contracts from Sealaska Constructors LLC
- Tonalea DAY School Design Build — $73.0M (Department of the Interior)
- 151003-Design and Construction of the LOW Institution and Entry Building for FCI Danbury, CT — $28.1M (Department of Justice)
- Sagu 151698 - Address Congestion AT Rincon MT VC Parking, RD, and Trail System — $8.1M (Department of the Interior)
- Great Plains Region NEW Portables — $6.3M (Department of the Interior)
- Greenhouse - Hinu — $4.4M (Department of the Interior)
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)