National Park Service awards $25.7M design-build contract for Perry's Victory Memorial renovation

Contract Overview

Contract Amount: $25,662,073 ($25.7M)

Contractor: Pullman SST, Inc.

Awarding Agency: Department of the Interior

Start Date: 2025-03-11

End Date: 2028-06-06

Contract Duration: 1,183 days

Daily Burn Rate: $21.7K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: UPPER PLAZA RENOVATION, PERRYS VICTORY MEMORIAL (PEVI 272171) - DESIGN BUILD GAOA

Place of Performance

Location: PUT IN BAY, OTTAWA County, OHIO, 43456

State: Ohio Government Spending

Plain-Language Summary

Department of the Interior obligated $25.7 million to PULLMAN SST, INC. for work described as: UPPER PLAZA RENOVATION, PERRYS VICTORY MEMORIAL (PEVI 272171) - DESIGN BUILD GAOA Key points: 1. Contract awarded to Pullman SST, Inc. for a comprehensive renovation project. 2. Project scope includes design and build services for the Upper Plaza. 3. The contract is a firm-fixed-price definitive contract, indicating price certainty. 4. Duration of the contract is 1183 days, spanning over three years. 5. The award was made under full and open competition. 6. The project is located in Ohio, impacting local construction and tourism sectors.

Value Assessment

Rating: good

The contract value of $25.7 million for a design-build renovation of a significant memorial plaza appears reasonable given the scope and duration. Without specific benchmarks for similar memorial renovations or detailed cost breakdowns, a precise value-for-money assessment is challenging. However, the firm-fixed-price structure suggests the government has locked in costs, mitigating risk. The competition level, as detailed below, should also contribute to a fair price.

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 a bid. The data shows 2 bids were received. A higher number of bidders typically suggests a more competitive environment, which can lead to better pricing and innovation. The fact that two bids were submitted indicates some level of competition, though more bidders would generally be preferred for maximum price discovery.

Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a competitive environment that drives down prices and encourages efficient service delivery. While only two bids were received, the process itself ensures that the government sought the best possible value from the market.

Public Impact

The primary beneficiaries are visitors to Perry's Victory and International Peace Memorial, who will experience an improved and safer plaza. The project will deliver essential renovation and modernization of the Upper Plaza, enhancing its structural integrity and aesthetic appeal. The geographic impact is localized to Put-in-Bay, Ohio, but the improved visitor experience could boost regional tourism. The project will likely create jobs in the construction sector in Ohio, supporting local employment and economic activity.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The construction sector, particularly commercial and institutional building construction, is a significant area of federal spending. This contract falls within the broader category of infrastructure and facilities management. The National Park Service, as part of the Department of the Interior, manages numerous historical sites and monuments, often requiring substantial capital investment for preservation and upgrades. Comparable spending benchmarks would typically involve other large-scale renovation or new construction projects for public facilities or historical sites, considering factors like project complexity, location, and materials.

Small Business Impact

The contract data indicates that small business participation was not a specific set-aside requirement for this particular award (ss: false, sb: false). Pullman SST, Inc. is the prime contractor. Analysis of subcontracting opportunities for small businesses would require further investigation into the contractor's subcontracting plan, if one exists. Without this information, it's difficult to assess the direct impact on the small business ecosystem, though large prime contractors often utilize small businesses for specialized services.

Oversight & Accountability

Oversight for this contract will primarily be managed by the National Park Service contracting officers and project managers. The firm-fixed-price nature of the contract provides a degree of cost control. Transparency is facilitated through public contract award databases. Accountability measures are inherent in the contract terms, with potential penalties for non-performance. The Inspector General for the Department of the Interior would have jurisdiction over any potential fraud, waste, or abuse related to this contract.

Related Government Programs

Risk Flags

Tags

construction, national-park-service, department-of-the-interior, ohio, definitive-contract, firm-fixed-price, full-and-open-competition, design-build, infrastructure, memorial, renovation, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $25.7 million to PULLMAN SST, INC.. UPPER PLAZA RENOVATION, PERRYS VICTORY MEMORIAL (PEVI 272171) - DESIGN BUILD GAOA

Who is the contractor on this award?

The obligated recipient is PULLMAN SST, 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 $25.7 million.

What is the period of performance?

Start: 2025-03-11. End: 2028-06-06.

What is the track record of Pullman SST, Inc. with federal contracts, particularly with the National Park Service or similar agencies?

A review of federal procurement data indicates that Pullman SST, Inc. has been awarded federal contracts. To provide a comprehensive assessment of their track record, a deeper dive into their past performance ratings, contract history with the National Park Service and other agencies, and any history of disputes or performance issues would be necessary. This would involve analyzing contract close-out data, past performance questionnaires, and any publicly available debriefings or protest information. Without this specific data, it's difficult to definitively assess their reliability and past success on similar projects.

How does the awarded price of $25.7 million compare to similar design-build renovation projects for national memorials or significant public structures?

Benchmarking this $25.7 million contract requires identifying comparable projects based on scope, scale, complexity, and location. Projects involving plaza renovations, historical site upgrades, or visitor center construction for federal agencies like the National Park Service or the General Services Administration would be relevant. Factors such as square footage, specific structural requirements, historical preservation mandates, and the duration of the project (1183 days) are crucial for a fair comparison. Without access to a database of detailed cost breakdowns for similar completed projects, a precise comparison is challenging. However, the firm-fixed-price award suggests the National Park Service aimed to secure a predictable cost for this significant undertaking.

What are the primary risks associated with this design-build contract, and what mitigation strategies are in place?

Key risks for this design-build contract include potential design deficiencies, unforeseen site conditions during construction, contractor performance issues, and schedule delays. Given it's a design-build project, ensuring the design meets all functional and aesthetic requirements while adhering to historical preservation standards is critical. Unforeseen conditions at a memorial site could also lead to scope changes and cost increases, despite the firm-fixed-price structure. Mitigation strategies likely include rigorous design review processes, thorough site investigations prior to final design, clear performance metrics in the contract, and robust project management by the National Park Service. The firm-fixed-price nature itself mitigates cost overrun risk for the government, shifting much of that risk to the contractor.

How effective is the 'full and open competition' process likely to be given only two bids were received?

While 'full and open competition' is the preferred method, receiving only two bids suggests that the market may not have been as robust as anticipated for this specific project, or that the requirements were highly specialized. The effectiveness of the competition hinges on whether these two bidders represented significant market players capable of delivering the project at a competitive price. A higher number of bidders generally leads to better price discovery and innovation. However, if the two bidders were highly qualified and submitted competitive proposals, the process could still yield good value for the government. Further analysis would involve understanding the pre-solicitation market research and outreach conducted by the agency to gauge if broader participation was feasible.

What is the historical spending pattern for renovations and construction at Perry's Victory and International Peace Memorial or similar national park sites?

Analyzing historical spending for renovations at Perry's Victory and International Peace Memorial, or comparable national park sites, would provide context for the $25.7 million award. This would involve examining past contracts for capital improvements, maintenance, and construction at similar high-traffic, historically significant locations managed by the National Park Service. Trends in project costs, contract types (e.g., design-bid-build vs. design-build), and the frequency of major renovations would be informative. Understanding these patterns can help assess whether the current investment is consistent with past practices or represents a significant shift in funding for infrastructure at such sites. The Great American Outdoors Act (GAOA) has significantly increased funding for such projects, suggesting this award may be part of a larger, more robust investment cycle.

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

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 10150 OLD COLUMBIA ROAD, COLUMBIA, MD, 21046

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

Financial Breakdown

Contract Ceiling: $25,662,073

Exercised Options: $25,662,073

Current Obligation: $25,662,073

Actual Outlays: $2,456,534

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2025-03-11

Current End Date: 2028-06-06

Potential End Date: 2028-06-06 00:00:00

Last Modified: 2026-01-29

More Contracts from Pullman SST, Inc.

View all Pullman SST, Inc. federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending