Interior Department Awards $3.1M Salmon Crew Quarters Construction Contract to Northern Management Services

Contract Overview

Contract Amount: $3,117,293 ($3.1M)

Contractor: Northern Management Services, Inc.

Awarding Agency: Department of the Interior

Start Date: 2025-09-19

End Date: 2027-11-18

Contract Duration: 790 days

Daily Burn Rate: $3.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 5

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: SALMON CREW QUARTERS CONSTRUCTION

Place of Performance

Location: SALMON, LEMHI County, IDAHO, 83467

State: Idaho Government Spending

Plain-Language Summary

Department of the Interior obligated $3.1 million to NORTHERN MANAGEMENT SERVICES, INC. for work described as: SALMON CREW QUARTERS CONSTRUCTION Key points: 1. Contract awarded for construction of crew quarters, a necessary facility for operational support. 2. Northern Management Services, Inc. secured the contract. 3. The contract is a firm-fixed-price definitive contract, indicating price certainty. 4. The project is located in Idaho, a region with specific construction needs. 5. The award falls under Commercial and Institutional Building Construction.

Value Assessment

Rating: fair

The contract value of $3.1M for construction of crew quarters appears reasonable for a project of this nature. Benchmarking against similar government construction projects would provide a clearer assessment of value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' suggesting a limited competition scenario. This method may impact price discovery and potentially lead to higher costs compared to unrestricted full and open competition.

Taxpayer Impact: Taxpayer funds are being used for this construction project. The limited competition aspect warrants scrutiny to ensure the best possible price was achieved.

Public Impact

Enhances operational capacity for Bureau of Land Management staff in Idaho. Supports infrastructure development in a specific geographic region. Potential for job creation in the local construction sector. Ensures adequate living and working conditions for essential personnel.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The construction sector is vital for government infrastructure. This project falls under commercial and institutional building construction, a segment that requires adherence to specific building codes and standards. Benchmarks for similar projects vary widely based on location, scope, and materials.

Small Business Impact

The data does not indicate whether small businesses were involved as prime contractors or subcontractors. Further analysis would be needed to determine the extent of small business participation in this contract.

Oversight & Accountability

The Bureau of Land Management is responsible for overseeing this contract. Standard oversight procedures for construction projects, including site inspections and progress monitoring, should be in place to ensure quality and adherence to schedule.

Related Government Programs

Risk Flags

Tags

commercial-and-institutional-building-co, department-of-the-interior, id, definitive-contract, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $3.1 million to NORTHERN MANAGEMENT SERVICES, INC.. SALMON CREW QUARTERS CONSTRUCTION

Who is the contractor on this award?

The obligated recipient is NORTHERN MANAGEMENT SERVICES, INC..

Which agency awarded this contract?

Awarding agency: Department of the Interior (Bureau of Land Management).

What is the total obligated amount?

The obligated amount is $3.1 million.

What is the period of performance?

Start: 2025-09-19. End: 2027-11-18.

What is the specific justification for excluding other sources in the competition?

The justification for excluding other sources in the competition is crucial for understanding the limited competition approach. Typically, such exclusions are based on specific technical requirements, unique capabilities, or prior performance that only a limited number of contractors can meet. Without this justification, it's difficult to assess if the exclusion was necessary or if it unduly restricted competition, potentially impacting the final price paid by taxpayers.

How does the final price compare to the initial estimate or benchmark for similar construction projects?

Comparing the final awarded price of $3.1 million to established benchmarks for similar crew quarter construction projects is essential for evaluating value for money. Factors like regional labor costs, material prices, and project complexity influence these benchmarks. If the awarded price significantly deviates from comparable projects, it could indicate either an exceptional deal or potential overpricing, necessitating further investigation into the bidding and negotiation process.

What are the key performance indicators (KPIs) for this construction contract, and how will their achievement be measured?

Key performance indicators for this construction contract likely include adherence to the project schedule (ending November 2027), quality of construction meeting specified standards, and completion within the firm-fixed price. The Bureau of Land Management's oversight team will be responsible for monitoring these KPIs through regular site inspections, progress reports, and final acceptance testing to ensure the project's successful and effective delivery.

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: 140L0625R0009

Offers Received: 5

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 607 CHURCH ST, SANDPOINT, ID, 83864

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $3,117,293

Exercised Options: $3,117,293

Current Obligation: $3,117,293

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2025-09-19

Current End Date: 2027-11-18

Potential End Date: 2027-11-18 00:00:00

Last Modified: 2026-03-30

More Contracts from Northern Management Services, Inc.

View all Northern Management Services, Inc. federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending