Great American Outdoors Act Funds $12.1M Izembek NWR Project for Deferred Maintenance and Cost Reduction
Contract Overview
Contract Amount: $12,110,773 ($12.1M)
Contractor: UIC Nappairit LLC
Awarding Agency: Department of the Interior
Start Date: 2023-08-03
End Date: 2026-04-16
Contract Duration: 987 days
Daily Burn Rate: $12.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 6
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: THIS PROJECT UTILIZES FUNDING OF THE GREAT AMERICAN OUTDOORS ACT (GAOA) ALLOCATED TO THE IZEMBEK NWR. THIS PROJECT WAS SELECTED TO: 1) REDUCE OR ELIMINATE DEFERRED MAINTENANCE; 2) REDUCE ANNUAL OPERATING COSTS; 3) REMOVE, REPLACE, OR DISPOSE OF ASSET
Place of Performance
Location: COLD BAY, ALEUTIANS EAST County, ALASKA, 99571
State: Alaska Government Spending
Plain-Language Summary
Department of the Interior obligated $12.1 million to UIC NAPPAIRIT LLC for work described as: THIS PROJECT UTILIZES FUNDING OF THE GREAT AMERICAN OUTDOORS ACT (GAOA) ALLOCATED TO THE IZEMBEK NWR. THIS PROJECT WAS SELECTED TO: 1) REDUCE OR ELIMINATE DEFERRED MAINTENANCE; 2) REDUCE ANNUAL OPERATING COSTS; 3) REMOVE, REPLACE, OR DISPOSE OF ASSET Key points: 1. Project aims to address deferred maintenance and reduce annual operating costs at Izembek National Wildlife Refuge. 2. Contract awarded to UIC NAPPAIRIT LLC for commercial and institutional building construction. 3. Utilizes Full and Open Competition after Exclusion of Sources, indicating a specific but competitive procurement method. 4. The project falls under the Department of the Interior's purview, managed by the U.S. Fish and Wildlife Service.
Value Assessment
Rating: fair
The contract value of $12.1 million for a 987-day duration appears reasonable for a large construction project. Benchmarking against similar GAOA-funded projects would provide a clearer assessment of value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The procurement method 'Full and Open Competition after Exclusion of Sources' suggests that while competition was sought, certain sources were initially excluded. This could potentially limit the breadth of competition and impact price discovery.
Taxpayer Impact: The project's goal of reducing deferred maintenance and operating costs is intended to provide long-term value for taxpayer investments in public lands.
Public Impact
Enhances the infrastructure and operational efficiency of Izembek National Wildlife Refuge. Supports the preservation and management of natural resources within the refuge. Contributes to the economic activity through construction services and potential job creation. Addresses critical infrastructure needs funded by the Great American Outdoors Act.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition due to 'Exclusion of Sources' in procurement.
- Project duration of 987 days requires careful monitoring for potential delays.
- Firm Fixed Price contract may not fully account for unforeseen construction cost escalations.
Positive Signals
- Directly addresses deferred maintenance, a key objective of GAOA.
- Aims to reduce long-term operating costs, improving efficiency.
- Awarded to a specific entity, suggesting a focused approach to project execution.
Sector Analysis
This project falls under the Construction sector, specifically commercial and institutional building construction. Spending benchmarks for similar GAOA-funded infrastructure projects would be relevant for a more precise comparison.
Small Business Impact
The data indicates the prime contractor is UIC NAPPAIRIT LLC. Further analysis would be needed to determine the extent of small business subcontracting within this contract.
Oversight & Accountability
The Department of the Interior and the U.S. Fish and Wildlife Service are responsible for oversight. The use of a Definitive Contract and Firm Fixed Price terms suggests a structured approach to accountability.
Related Government Programs
- Commercial and Institutional Building Construction
- Department of the Interior Contracting
- U.S. Fish and Wildlife Service Programs
Risk Flags
- Potential for cost overruns due to fixed-price contract in a construction environment.
- Risk of project delays impacting the timeline for addressing deferred maintenance.
- Limited competition due to exclusion of sources could affect price and innovation.
- Dependence on specific contractor performance for successful project completion.
Tags
commercial-and-institutional-building-co, department-of-the-interior, ak, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $12.1 million to UIC NAPPAIRIT LLC. THIS PROJECT UTILIZES FUNDING OF THE GREAT AMERICAN OUTDOORS ACT (GAOA) ALLOCATED TO THE IZEMBEK NWR. THIS PROJECT WAS SELECTED TO: 1) REDUCE OR ELIMINATE DEFERRED MAINTENANCE; 2) REDUCE ANNUAL OPERATING COSTS; 3) REMOVE, REPLACE, OR DISPOSE OF ASSET
Who is the contractor on this award?
The obligated recipient is UIC NAPPAIRIT LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (U.S. Fish and Wildlife Service).
What is the total obligated amount?
The obligated amount is $12.1 million.
What is the period of performance?
Start: 2023-08-03. End: 2026-04-16.
What specific deferred maintenance issues are being addressed, and what is the projected cost savings from reduced annual operating costs?
The provided data outlines the project's objectives but lacks specifics on the exact deferred maintenance items or quantifiable projections for operating cost reductions. A detailed project scope and financial analysis would be necessary to assess the full value and effectiveness of these goals. Understanding the baseline operating costs and the specific assets targeted for repair or replacement is crucial for evaluating the project's long-term financial benefits.
How does the 'Full and Open Competition after Exclusion of Sources' procurement method impact the overall cost-effectiveness and risk of this contract?
This procurement method suggests that while competition was intended, certain potential bidders were excluded. This could limit the number of competitive offers received, potentially leading to higher prices than under a truly open competition. It also introduces a risk that the most innovative or cost-effective solutions might have been overlooked. The justification for excluding sources needs careful review to ensure it was warranted and did not unduly restrict competition.
What are the key performance indicators (KPIs) for measuring the success of this project in terms of deferred maintenance reduction and operational cost savings?
Success metrics for this project should include quantifiable reductions in identified deferred maintenance backlog items and measurable decreases in annual operating expenditures post-completion. Key Performance Indicators could involve the number of critical infrastructure components repaired or replaced, the percentage reduction in energy consumption or maintenance calls, and the overall return on investment within a defined timeframe. Establishing these KPIs upfront is vital for effective oversight and accountability.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Commercial and Institutional Building Construction
Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIES › CONSTRUCTION OF BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 140F0822R0007
Offers Received: 6
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 6700 ARCTIC SPUR RD, ANCHORAGE, AK, 99518
Business Categories: 8(a) Program Participant, 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: $12,110,773
Exercised Options: $12,110,773
Current Obligation: $12,110,773
Actual Outlays: $11,952,620
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2023-08-03
Current End Date: 2026-04-16
Potential End Date: 2026-04-16 00:00:00
Last Modified: 2026-02-26
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.)