Interior Department awards $4.3M for Ridgefield NWR intake rehab, with 6 bidders competing

Contract Overview

Contract Amount: $4,346,647 ($4.3M)

Contractor: Okie LLC

Awarding Agency: Department of the Interior

Start Date: 2025-04-04

End Date: 2026-09-03

Contract Duration: 517 days

Daily Burn Rate: $8.4K/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: GAOA - RIDGEFIELD NWR RIVER NORTH INTAKE REHABILITATION

Place of Performance

Location: RIDGEFIELD, CLARK County, WASHINGTON, 98642

State: Washington Government Spending

Plain-Language Summary

Department of the Interior obligated $4.3 million to OKIE LLC for work described as: GAOA - RIDGEFIELD NWR RIVER NORTH INTAKE REHABILITATION Key points: 1. Contract value appears reasonable given the scope of infrastructure rehabilitation. 2. Strong competition suggests potential for competitive pricing and value. 3. Project duration of 517 days indicates a significant undertaking. 4. Fixed-price contract type shifts risk to the contractor. 5. Location in Washington state may influence labor and material costs. 6. The project aligns with conservation goals for the Ridgefield National Wildlife Refuge.

Value Assessment

Rating: good

The contract value of approximately $4.3 million for the rehabilitation of the River North Intake at Ridgefield NWR seems within a reasonable range for infrastructure projects of this nature. Benchmarking against similar construction projects for water management systems in federal refuges or similar environmental areas would provide a more precise value-for-money assessment. The firm fixed-price structure suggests that the government has negotiated a definitive cost, but the final value realized will depend on the contractor's efficiency and management of unforeseen issues.

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, indicating that multiple potential bidders were considered. With six bidders participating, the level of competition appears healthy, which typically drives more competitive pricing and encourages contractors to offer their best value. The exclusion of sources clause suggests a specific reason for not considering all possible sources, but the presence of six bidders implies a broad outreach.

Taxpayer Impact: A robust competition with six bidders is beneficial for taxpayers as it increases the likelihood of securing the best possible price and quality for the rehabilitation work, minimizing the risk of overpayment.

Public Impact

The U.S. Fish and Wildlife Service will benefit from improved water management infrastructure. The project will directly support the ecological health and operational capacity of the Ridgefield National Wildlife Refuge. Improved water intake functionality is crucial for maintaining wetland habitats within the refuge. The rehabilitation is expected to enhance the long-term sustainability of the refuge's water resources. Local workforce in Washington state may see employment opportunities during the construction phase.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Commercial and Institutional Building Construction sector, specifically related to infrastructure development for environmental conservation. The market for such specialized construction services can be competitive, with a mix of large and small firms capable of undertaking federal projects. The value of this contract, at approximately $4.3 million, is moderate within the context of large-scale federal infrastructure spending, but significant for a specific refuge rehabilitation project.

Small Business Impact

The contract was awarded under full and open competition, and there is no explicit indication of a small business set-aside. While the primary awardee is not specified as a small business, the presence of six bidders suggests that small businesses may have had the opportunity to compete or potentially participate as subcontractors. Further analysis would be needed to determine the extent of small business involvement.

Oversight & Accountability

Oversight for this contract will likely be managed by the U.S. Fish and Wildlife Service contracting officers and project managers. The firm fixed-price nature of the contract provides a clear financial framework, but performance monitoring will be crucial to ensure adherence to specifications and timelines. Transparency is generally maintained through federal contract databases, and any significant issues could be flagged by the agency's internal review processes or potentially by the Government Accountability Office (GAO) if performance concerns arise.

Related Government Programs

Risk Flags

Tags

construction, infrastructure, water-management, wildlife-refuge, department-of-the-interior, u-s-fish-and-wildlife-service, firm-fixed-price, full-and-open-competition, washington, moderate-value

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $4.3 million to OKIE LLC. GAOA - RIDGEFIELD NWR RIVER NORTH INTAKE REHABILITATION

Who is the contractor on this award?

The obligated recipient is OKIE 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 $4.3 million.

What is the period of performance?

Start: 2025-04-04. End: 2026-09-03.

What is the historical spending pattern for infrastructure rehabilitation projects at the Ridgefield National Wildlife Refuge?

Historical spending data for infrastructure rehabilitation at the Ridgefield National Wildlife Refuge is not readily available in this dataset. However, federal agencies like the U.S. Fish and Wildlife Service typically allocate funds for maintenance and upgrades through various mechanisms, including direct appropriations, specific program funding, and competitive contracts. The current award of $4.3 million suggests a significant investment, potentially indicating a need for major upgrades or addressing deferred maintenance. To provide a comprehensive historical context, one would need to examine past budget allocations, previous rehabilitation contracts awarded to the refuge, and any master plans or needs assessments conducted by the FWS for this specific location.

How does the per-unit cost of this rehabilitation compare to similar projects in other federal wildlife refuges?

A direct per-unit cost comparison for this rehabilitation project is challenging without specific unit cost breakdowns (e.g., cost per linear foot of intake repaired, cost per cubic yard of material replaced). The total contract value of $4.3 million covers a broad scope of work for the River North Intake. To benchmark effectively, one would need to identify comparable projects in other federal wildlife refuges that involved similar intake structures, water flow capacities, and geographical conditions. Factors such as regional labor rates, material availability, and site accessibility significantly influence costs. Without these specific comparable project details and unit cost data, a precise per-unit comparison is not feasible based solely on the provided contract information.

What is the track record of OKIE LLC in completing federal construction contracts of similar size and scope?

The provided data indicates OKIE LLC as the contractor for this $4.3 million project. To assess their track record, a review of their past performance on federal contracts, particularly those involving infrastructure rehabilitation, water management systems, or construction within environmental or institutional settings, would be necessary. Key performance indicators to examine would include on-time completion rates, adherence to budget, quality of work, and any history of disputes or contract modifications. Information on their past performance ratings, if available through federal databases like the Contractor Performance Assessment Reporting System (CPARS), would offer valuable insights into their reliability and capability to execute this project successfully.

What are the primary risks associated with the rehabilitation of water intake structures in a wildlife refuge environment?

Rehabilitating water intake structures in a wildlife refuge environment presents several primary risks. Firstly, there's the ecological risk of disrupting sensitive habitats and wildlife during construction activities, requiring careful environmental mitigation and planning. Secondly, operational risks include potential interruptions to water supply crucial for the refuge's ecosystem, especially if the project timeline is not strictly managed. Thirdly, unforeseen site conditions, such as encountering unexpected geological formations or contaminated materials, can lead to cost overruns and delays. Finally, ensuring the long-term effectiveness and durability of the rehabilitated structure against environmental stressors and water flow demands is critical for sustained operational integrity.

How does the firm fixed-price contract type influence the risk allocation between the government and OKIE LLC?

A firm fixed-price (FFP) contract type significantly shifts the primary risk of cost overruns to the contractor, OKIE LLC. Under an FFP agreement, the contractor is obligated to complete the specified work for a predetermined price, regardless of their actual costs incurred. This provides the government with budget certainty. However, it also incentivizes the contractor to manage costs efficiently and potentially to cut corners if not adequately overseen. The government's risk is primarily related to ensuring the contractor delivers the required quality and scope of work within the agreed price. If the contractor encounters unforeseen difficulties that genuinely increase costs beyond their control, they bear the brunt of that financial burden, unless specific contract clauses allow for adjustments.

Industry Classification

NAICS: ConstructionNonresidential Building ConstructionCommercial and Institutional Building Construction

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, 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: 140FGA25R0002

Offers Received: 6

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 18039 HWY 30, HAGERMAN, ID, 83332

Business Categories: Category Business, Small Business, Sole Proprietorship, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $4,346,647

Exercised Options: $4,346,647

Current Obligation: $4,346,647

Actual Outlays: $2,119,015

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 140F0822D0129

IDV Type: IDC

Timeline

Start Date: 2025-04-04

Current End Date: 2026-09-03

Potential End Date: 2026-09-03 00:00:00

Last Modified: 2026-03-25

More Contracts from Okie LLC

View all Okie LLC federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending