Interior's National Park Service awards $11.9M contract for shuttle bus operations in Utah
Contract Overview
Contract Amount: $11,889,978 ($11.9M)
Contractor: RED Canyon Transit, LLC
Awarding Agency: Department of the Interior
Start Date: 2022-03-25
End Date: 2027-03-24
Contract Duration: 1,825 days
Daily Burn Rate: $6.5K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Transportation
Official Description: BRCA SHUTTLE BUS OPERATIONS
Place of Performance
Location: BRYCE CANYON CITY, GARFIELD County, UTAH, 84764
State: Utah Government Spending
Plain-Language Summary
Department of the Interior obligated $11.9 million to RED CANYON TRANSIT, LLC for work described as: BRCA SHUTTLE BUS OPERATIONS Key points: 1. Contract value of $11.9M over 5 years suggests a moderate annual spend for transit services. 2. The contract was awarded under full and open competition, indicating a competitive bidding process. 3. Fixed-price contract type may limit cost overruns but could disincentivize contractor innovation. 4. The award to RED CANYON TRANSIT, LLC requires careful monitoring of service delivery and performance. 5. Geographic focus on Utah (UT) highlights specific operational needs within the National Park Service. 6. The contract's duration of 1825 days (5 years) provides long-term service stability.
Value Assessment
Rating: good
The contract value of approximately $11.9 million over five years translates to an annual spend of roughly $2.38 million for shuttle bus operations. Benchmarking this against similar transit contracts within federal agencies or large municipal transit systems would provide a clearer picture of value for money. Without specific per-route or per-bus cost data, a precise value assessment is challenging, but the overall contract size appears reasonable for comprehensive shuttle services in a national park setting.
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,' which implies that while the competition was generally open, certain sources may have been excluded initially before a final award. The presence of two bidders suggests a degree of competition, but the exclusion of sources could potentially limit the breadth of competition and impact price discovery. Further details on the reasons for source exclusion would be needed for a complete assessment.
Taxpayer Impact: A competitive process, even with exclusions, generally benefits taxpayers by encouraging multiple vendors to offer their best pricing and service proposals, potentially leading to cost savings.
Public Impact
Visitors to Utah's National Parks will benefit from reliable and efficient shuttle bus transportation. The services delivered will enhance visitor access to park attractions and reduce traffic congestion. The geographic impact is concentrated in Utah, serving specific park locations. The contract supports jobs within the transit operations sector, likely benefiting the local workforce in Utah.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for service disruptions if contractor performance falters.
- Risk of increased costs if unforeseen operational challenges arise not covered by fixed-price terms.
- Dependence on a single contractor for critical visitor transportation services.
Positive Signals
- Awarded through a competitive process, suggesting potential for good value.
- Fixed-price contract provides cost certainty for the government.
- Long-term contract (5 years) ensures continuity of essential services.
Sector Analysis
The transportation sector, particularly transit systems, is a critical component of federal operations, especially within agencies like the National Park Service that manage large public spaces. This contract for shuttle bus operations falls under the broader category of transit and logistics services. Comparable spending benchmarks for similar park transit systems or municipal bus services would be useful for assessing the scale and efficiency of this award. The market for such services is competitive, with numerous private operators capable of fulfilling these needs.
Small Business Impact
The data indicates that small business participation was not a primary set-aside consideration for this contract (sb: false). There is no explicit information regarding subcontracting plans for small businesses. Therefore, the direct impact on the small business ecosystem appears limited unless the prime contractor voluntarily engages small businesses for specific services.
Oversight & Accountability
Oversight for this contract will likely be managed by the National Park Service contracting officer and program managers. Accountability measures are typically embedded in the contract's performance standards and delivery requirements. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse related to the contract.
Related Government Programs
- National Park Service Operations
- Federal Transit Contracts
- Department of the Interior Transportation Services
- Utah State Transportation Contracts
Risk Flags
- Potential for limited competition due to source exclusion.
- Contractor performance risk requires ongoing monitoring.
- Fixed-price contract may limit flexibility for unforeseen circumstances.
Tags
transportation, transit-systems, national-park-service, department-of-the-interior, definitive-contract, firm-fixed-price, full-and-open-competition, utah, bus-operations, visitor-services, medium-value-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $11.9 million to RED CANYON TRANSIT, LLC. BRCA SHUTTLE BUS OPERATIONS
Who is the contractor on this award?
The obligated recipient is RED CANYON TRANSIT, LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (National Park Service).
What is the total obligated amount?
The obligated amount is $11.9 million.
What is the period of performance?
Start: 2022-03-25. End: 2027-03-24.
What is the historical spending pattern for shuttle bus operations at this specific National Park or region?
Analyzing historical spending data for shuttle bus operations at the relevant National Park or region is crucial for contextualizing the current $11.9 million award. Without access to specific historical data for this contract's location, we can infer general trends. Federal agencies often renew or re-compete contracts for essential services like transportation. If previous contracts were for similar durations and scopes, the current award might represent a continuation or escalation of prior spending. Factors such as inflation, increased visitor numbers, or expanded service routes could lead to higher spending over time. A detailed review of past solicitations, award amounts, and contract performance would reveal whether this $11.9 million represents a significant increase, a decrease, or a stable level of investment in shuttle services.
How does the per-mile or per-passenger cost of this contract compare to industry benchmarks?
To assess the value for money, comparing the per-mile or per-passenger cost of this $11.9 million contract to industry benchmarks is essential. However, the provided data lacks the granular details (e.g., total miles driven, number of passengers served, specific routes) needed for such a calculation. Generally, federal transit contracts aim to align with or beat commercial rates. Factors influencing these costs include operational complexity, labor rates in the service area, vehicle maintenance, fuel costs, and the specific service level agreements. If this contract were to be benchmarked, one would typically look at data from large transit authorities or private fleet operators in similar geographic and economic conditions. A higher per-mile cost might be justified by challenging terrain or specialized service requirements within a national park.
What are the specific performance metrics and service level agreements (SLAs) included in the contract?
The contract's performance metrics and Service Level Agreements (SLAs) are critical for ensuring the National Park Service receives the expected quality and reliability of shuttle bus operations. While the provided data does not detail these specific metrics, typical SLAs for such contracts include on-time performance rates, vehicle availability, cleanliness standards, driver conduct, and response times for breakdowns or emergencies. The 'DEFINITIVE CONTRACT' type suggests a framework agreement where specific task orders might detail operational requirements. The effectiveness of oversight and the contractor's ability to meet these standards will directly impact visitor experience and operational efficiency within the park. Failure to meet SLAs could result in penalties or contract modifications.
What is the track record of RED CANYON TRANSIT, LLC with federal contracts, particularly with the Department of the Interior or National Park Service?
Evaluating the track record of RED CANYON TRANSIT, LLC is vital for assessing the risk associated with this $11.9 million award. Information on past performance, including adherence to schedules, safety records, and client satisfaction, would typically be available through sources like the Contractor Performance Assessment Reporting System (CPARS). A history of successful contract completion, particularly with similar agencies or types of services, would indicate a lower risk profile. Conversely, a record of significant performance issues, disputes, or contract terminations could raise concerns about the agency's due diligence in the selection process. Without specific CPARS data or a detailed performance history, it's difficult to definitively assess the contractor's reliability for this long-term shuttle bus operation.
Were there any significant challenges or disputes during the bidding or award process for this contract?
Understanding any challenges or disputes during the bidding or award process for this $11.9 million contract can provide insights into potential risks or underlying issues. The contract type 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' hints at a potentially complex procurement. If there were protests filed by unsuccessful bidders, or if the exclusion of certain sources was contentious, it could indicate areas of concern regarding the fairness of the competition or the clarity of the solicitation requirements. Such disputes might also suggest that the final price or terms could have been influenced by the competitive dynamics. Reviewing protest records or agency justifications for source exclusions would be necessary to fully assess this aspect.
Industry Classification
NAICS: Transportation and Warehousing › Urban Transit Systems › Bus and Other Motor Vehicle Transit Systems
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › TRAVEL, LODGING, RECRUITMENT SVCS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 140P1221R0007
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 165 S MAIN ST, BRYCE, UT, 84764
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $27,337,914
Exercised Options: $13,989,506
Current Obligation: $11,889,978
Actual Outlays: $9,463,507
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2022-03-25
Current End Date: 2027-03-24
Potential End Date: 2032-03-24 00:00:00
Last Modified: 2026-03-12
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.)