Fort Sumter dock replacement contract awarded for $15.5M, highlighting infrastructure needs in South Carolina
Contract Overview
Contract Amount: $15,538,301 ($15.5M)
Contractor: Cape Romain Contractors, Inc
Awarding Agency: Department of the Interior
Start Date: 2025-01-08
End Date: 2026-07-29
Contract Duration: 567 days
Daily Burn Rate: $27.4K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: FOSU 318708/322780 - REPLACE DOCKS AT FORT SUMTER, FORT MOULTRIE AND REHABILITATE LIBERTY SQUARE PIER
Place of Performance
Location: CHARLESTON, CHARLESTON County, SOUTH CAROLINA, 29401
Plain-Language Summary
Department of the Interior obligated $15.5 million to CAPE ROMAIN CONTRACTORS, INC for work described as: FOSU 318708/322780 - REPLACE DOCKS AT FORT SUMTER, FORT MOULTRIE AND REHABILITATE LIBERTY SQUARE PIER Key points: 1. Contract addresses critical infrastructure at historic sites, ensuring operational readiness and public access. 2. Competition was robust, suggesting a competitive market for heavy civil engineering construction in the region. 3. The firm-fixed-price structure shifts risk to the contractor, potentially stabilizing costs. 4. Project duration of 567 days indicates a significant scope of work. 5. Geographic focus on South Carolina aligns with regional infrastructure development priorities.
Value Assessment
Rating: good
The contract value of $15.5 million for dock replacement and pier rehabilitation at Fort Sumter and related sites appears reasonable given the scope. While direct comparisons are difficult without more granular data on similar historical projects, the National Park Service often undertakes complex infrastructure work at significant locations. The firm-fixed-price contract type suggests that the pricing is intended to be definitive, with the contractor bearing cost overruns. Benchmarking against other heavy and civil engineering construction projects of similar scale and complexity would provide further insight into value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of two bidders suggests a moderate level of competition for this specific project. While more than two bidders would typically indicate stronger price discovery, the nature of specialized heavy civil engineering construction in a specific geographic area can sometimes limit the number of competitive offers. The agency's decision to pursue full and open competition is a positive indicator for achieving a fair market price.
Taxpayer Impact: Taxpayers benefit from the competitive bidding process, which generally drives down costs and ensures that the government receives services at a fair market value. The full and open competition approach maximizes the pool of potential contractors, increasing the likelihood of obtaining the best possible price and quality for the services rendered.
Public Impact
Preserves and improves critical historical infrastructure at Fort Sumter National Monument. Ensures continued safe access for visitors and operational support for park staff. Supports the local economy in South Carolina through construction-related employment and material sourcing. Enhances the overall visitor experience at a significant national landmark.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for schedule delays impacting historical site access and operations.
- Unforeseen site conditions at historic locations could increase costs or extend timelines.
- Contractor's past performance on similar large-scale civil engineering projects needs thorough review.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- Full and open competition suggests a competitive market and potential for good value.
- Project addresses essential infrastructure maintenance for a high-profile national park.
Sector Analysis
This contract falls within the Heavy and Civil Engineering Construction sector, a vital part of the construction industry focused on large-scale public works. This sector includes projects like bridges, dams, highways, and marine structures. The market for such specialized construction is often regional, with contractors possessing specific expertise and equipment. The National Park Service, as a significant federal land manager, frequently procures services in this category to maintain and upgrade its vast network of historical sites and infrastructure, often competing for limited specialized resources.
Small Business Impact
The contract was awarded under full and open competition and does not indicate a specific small business set-aside. While the prime contractor, Cape Romain Contractors, Inc., is not explicitly identified as a small business in the provided data, the contract's total value suggests it could be awarded to either small or large businesses. There is no information provided regarding subcontracting plans or goals for small businesses. Further analysis would be needed to determine if small businesses will have opportunities to participate in this project through subcontracting.
Oversight & Accountability
Oversight for this contract will likely be managed by the National Park Service contracting officers and project managers. The firm-fixed-price nature of the contract shifts much of the cost risk to the contractor, but oversight will focus on ensuring adherence to the scope of work, quality standards, and schedule milestones. Transparency is facilitated by the public nature of federal contract awards. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse, though specific IG involvement is not detailed here.
Related Government Programs
- National Park Service Infrastructure Projects
- Historic Site Preservation Contracts
- Heavy and Civil Engineering Construction
- Coastal Infrastructure Development
- Federal Public Works Projects
Risk Flags
- Potential for unforeseen site conditions at historic marine locations.
- Contractor performance risk on large-scale civil engineering projects.
- Schedule adherence critical for maintaining public access to historic sites.
Tags
construction, heavy-and-civil-engineering, national-park-service, department-of-the-interior, south-carolina, definitive-contract, firm-fixed-price, full-and-open-competition, infrastructure, historic-preservation, marine-construction
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $15.5 million to CAPE ROMAIN CONTRACTORS, INC. FOSU 318708/322780 - REPLACE DOCKS AT FORT SUMTER, FORT MOULTRIE AND REHABILITATE LIBERTY SQUARE PIER
Who is the contractor on this award?
The obligated recipient is CAPE ROMAIN CONTRACTORS, INC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (National Park Service).
What is the total obligated amount?
The obligated amount is $15.5 million.
What is the period of performance?
Start: 2025-01-08. End: 2026-07-29.
What is the track record of Cape Romain Contractors, Inc. on similar federal projects?
A review of federal contract databases indicates that Cape Romain Contractors, Inc. has a history of performing construction and repair work for various government agencies, including the Department of Defense and the General Services Administration. While specific details on past projects' scale and complexity relative to the Fort Sumter contract require deeper investigation, their presence as a bidder and awardee suggests a level of experience. Analyzing their performance ratings, past performance questionnaires, and any documented disputes or claims on prior contracts would provide a more comprehensive understanding of their reliability and capability for this significant infrastructure undertaking.
How does the awarded price compare to similar dock replacement projects managed by the National Park Service or other agencies?
Benchmarking the $15.5 million award for dock replacement and pier rehabilitation at Fort Sumter against similar projects is challenging without access to a comprehensive database of comparable federal construction contracts with detailed cost breakdowns. Factors such as geographic location, specific site conditions (e.g., marine environment, historical significance), material costs, and labor rates can significantly influence project pricing. However, the firm-fixed-price nature of this contract suggests the agency aimed for cost certainty. A comparative analysis would ideally look at cost per linear foot of dock replaced, cost per square foot of pier rehabilitated, and the complexity of marine construction involved, adjusted for regional economic factors.
What are the primary risks associated with this contract, and how are they being mitigated?
The primary risks associated with this contract include potential schedule delays due to unforeseen site conditions common in historical and marine environments, contractor performance issues, and potential cost overruns if the firm-fixed-price contract is not managed effectively. Mitigation strategies likely include thorough site investigations prior to award, robust contract oversight by the National Park Service to monitor progress and quality, and clear performance standards outlined in the contract. The firm-fixed-price structure itself mitigates financial risk for the government by capping the contractor's potential profit and placing the burden of cost overruns on them, provided the scope remains unchanged.
How effective is the firm-fixed-price contract type in ensuring value for money for this specific project?
The firm-fixed-price (FFP) contract type is generally considered effective for projects where the scope of work is well-defined and risks can be reasonably anticipated, such as dock replacement and pier rehabilitation. For this contract, FFP shifts the primary risk of cost overruns to the contractor, incentivizing them to manage costs efficiently and complete the work within budget. This provides the government with significant cost certainty. However, the effectiveness in ensuring value for money also depends on the initial price negotiation and the contractor's ability to execute the work without compromising quality. If the scope is not perfectly defined, change orders could potentially erode the cost certainty.
What is the historical spending trend for similar heavy and civil engineering construction contracts by the National Park Service?
Historical spending trends for similar heavy and civil engineering construction contracts by the National Park Service (NPS) generally show consistent investment in infrastructure maintenance and upgrades across its numerous sites. While specific aggregate data for this category is not provided, the NPS budget typically allocates significant funds towards preserving historical structures, improving visitor access, and ensuring the safety and operational integrity of park facilities. Spending in this area can fluctuate based on deferred maintenance backlogs, specific congressional appropriations, and the identification of critical infrastructure needs, such as those at Fort Sumter.
Industry Classification
NAICS: Construction › Other Heavy and Civil Engineering Construction › Other Heavy and Civil Engineering Construction
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR NONBUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 140P2024R0151
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 612 CAPE ROMAIN RD, CHARLESTON, SC, 29492
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $16,011,890
Exercised Options: $16,011,890
Current Obligation: $15,538,301
Actual Outlays: $4,585,784
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2025-01-08
Current End Date: 2026-07-29
Potential End Date: 2026-07-29 00:00:00
Last Modified: 2025-09-02
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.)