DOI Awards $10.7M Contract for Luster Heights Facility Replacement to A & J's Construction

Contract Overview

Contract Amount: $10,703,797 ($10.7M)

Contractor: A & J'S Construction, L.L.C

Awarding Agency: Department of the Interior

Start Date: 2024-06-20

End Date: 2026-07-03

Contract Duration: 743 days

Daily Burn Rate: $14.4K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 7

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: GAOA - REPLACE MULTIPURPOSE BUILDING, MAINTENANCE SHOP, COLD STORAGE BUILDING, AND MAINTENANCE YARD AT LUSTER HEIGHTS MCGREGOR DISTRICT NWR

Place of Performance

Location: HARPERS FERRY, ALLAMAKEE County, IOWA, 52146

State: Iowa Government Spending

Plain-Language Summary

Department of the Interior obligated $10.7 million to A & J'S CONSTRUCTION, L.L.C for work described as: GAOA - REPLACE MULTIPURPOSE BUILDING, MAINTENANCE SHOP, COLD STORAGE BUILDING, AND MAINTENANCE YARD AT LUSTER HEIGHTS MCGREGOR DISTRICT NWR Key points: 1. The contract aims to replace multiple aging facilities at Luster Heights, improving operational efficiency. 2. A & J's Construction, L.L.C. secured the award, facing competition after exclusion of sources. 3. The project's fixed-price nature aims to control costs, but construction timelines present potential risks. 4. This project falls within the Commercial and Institutional Building Construction sector.

Value Assessment

Rating: good

The contract value of $10.7M appears reasonable for replacing multiple buildings and a maintenance yard. Benchmarking against similar government construction projects of this scale would provide further validation.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a competitive process was intended. The specific reasons for source exclusion and their impact on price discovery warrant further investigation.

Taxpayer Impact: Taxpayer funds are being used for essential infrastructure upgrades, which should lead to long-term operational cost savings and improved service delivery.

Public Impact

Improved infrastructure at Luster Heights will support the U.S. Fish and Wildlife Service's conservation mission. Modernized facilities are expected to enhance worker safety and operational efficiency. The project's success will be measured by timely completion and adherence to budget, impacting public trust in government spending.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls under Commercial and Institutional Building Construction, a sector vital for government operations. Spending benchmarks for similar facility replacement projects would help assess cost-effectiveness.

Small Business Impact

The contract was awarded to A & J's Construction, L.L.C. It is not explicitly stated whether this is a small business, and the 'sb' field is false, suggesting it may not be.

Oversight & Accountability

The Department of the Interior, through the U.S. Fish and Wildlife Service, is responsible for oversight. The contract type and duration suggest ongoing monitoring will be required to ensure successful project completion.

Related Government Programs

Risk Flags

Tags

commercial-and-institutional-building-co, department-of-the-interior, ia, definitive-contract, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $10.7 million to A & J'S CONSTRUCTION, L.L.C. GAOA - REPLACE MULTIPURPOSE BUILDING, MAINTENANCE SHOP, COLD STORAGE BUILDING, AND MAINTENANCE YARD AT LUSTER HEIGHTS MCGREGOR DISTRICT NWR

Who is the contractor on this award?

The obligated recipient is A & J'S CONSTRUCTION, L.L.C.

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 $10.7 million.

What is the period of performance?

Start: 2024-06-20. End: 2026-07-03.

What specific factors led to the exclusion of certain sources in the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' process, and how did this impact the final price?

The exclusion of sources typically occurs due to specific technical requirements, past performance issues, or unique capabilities needed for the project. Understanding these reasons is crucial to determine if the competition was truly maximized and if the pricing reflects fair market value. Without this information, it's difficult to fully assess the competitive landscape and its influence on the final award amount.

What are the primary risks associated with the 743-day duration of this construction project, and what mitigation strategies are in place?

The primary risks associated with a 743-day construction duration include potential weather delays, material shortages, labor issues, and unforeseen site conditions. Mitigation strategies likely involve detailed project scheduling, contingency planning for weather, securing material suppliers early, and robust on-site management. The firm fixed-price contract incentivizes the contractor to manage these risks effectively to avoid cost overruns.

How will the successful completion of this project contribute to the long-term operational effectiveness and cost savings for the U.S. Fish and Wildlife Service at Luster Heights?

Replacing aging and potentially inefficient buildings with modern structures is expected to reduce maintenance costs, improve energy efficiency, and enhance the functionality of operations. This modernization should lead to greater reliability, reduced downtime for repairs, and a safer working environment, ultimately contributing to the cost-effective execution of the Service's conservation mission.

Industry Classification

NAICS: ConstructionNonresidential Building ConstructionCommercial and Institutional Building Construction

Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIESCONSTRUCTION OF BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 140FGA24R0003

Offers Received: 7

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 708 2ND AVE SE, CRESCO, IA, 52136

Business Categories: Category Business, Limited Liability Corporation, Small Business, Sole Proprietorship, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $10,703,797

Exercised Options: $10,703,797

Current Obligation: $10,703,797

Actual Outlays: $7,734,650

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2024-06-20

Current End Date: 2026-07-03

Potential End Date: 2026-07-03 00:00:00

Last Modified: 2026-03-09

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending