National Park Service awards $18M contract for Hawaii Volcanoes National Park infrastructure repair and replacement
Contract Overview
Contract Amount: $17,956,285 ($18.0M)
Contractor: Goodfellow-Sun JV, LLC
Awarding Agency: Department of the Interior
Start Date: 2024-09-26
End Date: 2026-08-15
Contract Duration: 688 days
Daily Burn Rate: $26.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: THE PROJECT IS LOCATED AT HAWAII VOLCANOES NATIONAL PARK. THE PROJECT PURPOSE IS TO REPAIR OR REPLACE CRITICAL PARK INFRASTRUCTURE AND VISITOR FACILITIES DAMAGED DURING A 2018 VOLCANIC EVENT. THE PROJECT IS BEING IMPLEMENTED IN PHASES. PHASE II OF TH
Place of Performance
Location: VOLCANO, HAWAII County, HAWAII, 96785
State: Hawaii Government Spending
Plain-Language Summary
Department of the Interior obligated $18.0 million to GOODFELLOW-SUN JV, LLC for work described as: THE PROJECT IS LOCATED AT HAWAII VOLCANOES NATIONAL PARK. THE PROJECT PURPOSE IS TO REPAIR OR REPLACE CRITICAL PARK INFRASTRUCTURE AND VISITOR FACILITIES DAMAGED DURING A 2018 VOLCANIC EVENT. THE PROJECT IS BEING IMPLEMENTED IN PHASES. PHASE II OF TH Key points: 1. The contract aims to restore critical park infrastructure and visitor facilities damaged by a 2018 volcanic event. 2. The project is structured in phases, with this award representing Phase II of the overall restoration effort. 3. The contract type is Firm Fixed Price, indicating a defined cost for the scope of work. 4. The contractor, GOODFELLOW-SUN JV, LLC, will be responsible for construction and repair services. 5. The project duration is estimated at 688 days, spanning from September 2024 to August 2026. 6. The location in Hawaii presents unique logistical challenges and environmental considerations for construction.
Value Assessment
Rating: good
The contract value of approximately $18 million for infrastructure repair and replacement at a national park appears reasonable given the scope of work and the specialized nature of construction in a sensitive environment. Benchmarking against similar large-scale park restoration projects would provide further context, but the firm-fixed-price structure suggests a degree of cost certainty. The National Park Service's investment is critical for restoring visitor access and preserving the park's natural and cultural resources.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This indicates that while the competition was intended to be broad, specific circumstances or requirements led to the exclusion of certain potential bidders. Further details on the reasons for exclusion would be necessary to fully assess the competitive landscape. The presence of two bidders suggests some level of competition, but the exclusion clause warrants scrutiny.
Taxpayer Impact: The exclusion of sources, even if justified, may limit the potential for the most competitive pricing, potentially leading to higher costs for taxpayers compared to a truly unrestricted full and open competition.
Public Impact
Restores essential visitor facilities, enhancing the experience for tourists and locals visiting Hawaii Volcanoes National Park. Improves the safety and accessibility of the park by repairing damaged infrastructure, including roads and buildings. Supports the preservation of a significant natural and cultural heritage site for future generations. Creates construction-related employment opportunities in Hawaii during the project's execution. Ensures the continued operation of critical park services and ranger facilities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if unforeseen geological or environmental issues arise during construction in a volcanic zone.
- Logistical complexities of transporting materials and personnel to a remote island location could impact timelines and costs.
- The 'exclusion of sources' in the competition process may have limited the number of competitive bids received.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- The project addresses critical infrastructure needs following a natural disaster, ensuring park resilience.
- The contractor, GOODFELLOW-SUN JV, LLC, is tasked with a vital restoration effort for a national treasure.
Sector Analysis
This contract falls within the Commercial and Institutional Building Construction sector, specifically focusing on infrastructure repair and restoration. The market for such projects is often characterized by specialized firms capable of handling complex construction in challenging environments. The National Park Service, as a significant federal agency, frequently procures construction services for its vast network of parks, with spending often dictated by preservation needs, natural disaster recovery, and visitor access improvements. Benchmarks for similar park infrastructure projects would typically consider factors like location, scale of damage, and required materials.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a set-aside provision. The prime contractor, GOODFELLOW-SUN JV, LLC, will manage the project, and any subcontracting decisions would be at their discretion, potentially including opportunities for small businesses if deemed beneficial for project execution.
Oversight & Accountability
Oversight for this contract will be managed by the National Park Service, a division of the Department of the Interior. Accountability measures are inherent in the firm-fixed-price contract type, which obligates the contractor to deliver the specified work within the agreed-upon cost. Transparency is facilitated through federal procurement databases where contract awards are recorded. While specific Inspector General jurisdiction for this particular award isn't detailed, the Department of the Interior's Office of Inspector General typically oversees federal spending within the department to ensure efficiency and prevent fraud.
Related Government Programs
- National Park Service Infrastructure Modernization
- Disaster Recovery and Resilience Projects
- Federal Building and Facility Construction
- Public Lands Management and Preservation
Risk Flags
- Potential for unforeseen environmental or geological conditions impacting schedule and cost.
- Logistical challenges associated with remote island construction.
- Limited competition due to exclusion of sources may affect price.
- Need for specialized construction expertise in volcanic environments.
Tags
construction, infrastructure-repair, national-park-service, department-of-the-interior, hawaii, firm-fixed-price, limited-competition, commercial-and-institutional-building-construction, disaster-recovery, visitor-facilities
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $18.0 million to GOODFELLOW-SUN JV, LLC. THE PROJECT IS LOCATED AT HAWAII VOLCANOES NATIONAL PARK. THE PROJECT PURPOSE IS TO REPAIR OR REPLACE CRITICAL PARK INFRASTRUCTURE AND VISITOR FACILITIES DAMAGED DURING A 2018 VOLCANIC EVENT. THE PROJECT IS BEING IMPLEMENTED IN PHASES. PHASE II OF TH
Who is the contractor on this award?
The obligated recipient is GOODFELLOW-SUN JV, 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 $18.0 million.
What is the period of performance?
Start: 2024-09-26. End: 2026-08-15.
What is the specific nature of the 'critical park infrastructure and visitor facilities' to be repaired or replaced?
The provided data does not detail the specific types of infrastructure. However, based on the context of volcanic damage at Hawaii Volcanoes National Park, this likely includes roads, bridges, trails, visitor centers, restrooms, campgrounds, and potentially utility systems (water, sewer, electrical) that were compromised by lava flows, ashfall, or seismic activity during the 2018 eruption. The National Park Service would have a detailed scope of work outlining each specific facility and the required repairs or replacement actions, prioritizing safety, accessibility, and historical preservation.
What were the reasons for the 'exclusion of sources' in the procurement process?
The data states 'Full and Open Competition After Exclusion of Sources,' which implies that while the initial intent was broad competition, certain potential bidders were excluded. Common reasons for such exclusions can include failure to meet mandatory pre-qualification criteria, specific technical requirements that only a limited number of firms possess, or national security concerns. Without further documentation from the solicitation process, the exact rationale remains unspecified. This exclusion limits the pool of potential offerors and could impact the level of competition achieved.
How does the $18 million cost compare to similar park infrastructure repair projects of comparable scale and complexity?
Benchmarking this $18 million contract requires comparison with similar large-scale infrastructure repair projects within national parks or other federal land management agencies, particularly those involving significant damage from natural disasters. Factors such as geographic location (remote island logistics), environmental sensitivities, and the specific types of facilities being repaired (e.g., visitor centers vs. basic trails) heavily influence costs. While $18 million is a substantial sum, it may be within the expected range for comprehensive restoration of damaged park assets, especially considering the specialized construction expertise and materials often required in such unique environments.
What are the potential risks associated with constructing in the Hawaii Volcanoes National Park environment?
Construction within Hawaii Volcanoes National Park presents several unique risks. These include the potential for ongoing volcanic activity, seismic tremors, and exposure to volcanic gases (vog), which can impact worker safety and construction schedules. The remote island location poses logistical challenges for material delivery, equipment mobilization, and workforce housing, potentially leading to increased costs and delays. Furthermore, the sensitive ecological and cultural resources within the park require careful management to minimize environmental impact during construction activities, necessitating specialized environmental compliance and mitigation measures.
What is the track record of GOODFELLOW-SUN JV, LLC in completing similar federal construction projects?
Information regarding the specific track record of GOODFELLOW-SUN JV, LLC on similar federal construction projects is not detailed in the provided data. A comprehensive assessment would require reviewing their past performance on contracts of comparable size, scope, and complexity, particularly those involving infrastructure repair or construction in challenging environments. Federal procurement databases and past performance evaluations would typically provide insights into their ability to meet schedule, budget, and quality requirements. Their joint venture structure might indicate a combination of capabilities brought by the participating entities.
What is the expected impact of this project on visitor access and park operations?
The primary goal of this project is to restore and improve visitor facilities and critical infrastructure, which is expected to significantly enhance visitor access and the overall park experience. By repairing damage caused by the 2018 volcanic event, the project aims to reopen areas that may have been closed or limited in access, allowing for safer and more comprehensive exploration of the park's natural and cultural features. Improved facilities will also support park operations by ensuring essential services are available and functional for both visitors and park staff, contributing to the park's long-term viability and resource management.
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: 140P2024R0114
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 7 KUKILA ST STE 201, HILO, HI, 96720
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $17,956,285
Exercised Options: $17,956,285
Current Obligation: $17,956,285
Actual Outlays: $9,716,616
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2024-09-26
Current End Date: 2026-08-15
Potential End Date: 2026-08-15 00:00:00
Last Modified: 2026-04-06
More Contracts from Goodfellow-Sun JV, LLC
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.)