Department of the Interior awards $4.26M contract for Idaho park building rehabilitation

Contract Overview

Contract Amount: $4,258,000 ($4.3M)

Contractor: Lacy Mechanical Inc

Awarding Agency: Department of the Interior

Start Date: 2025-07-22

End Date: 2026-09-11

Contract Duration: 416 days

Daily Burn Rate: $10.2K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 6

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: MIIN 314972 & HAFO 314578, REHABILITATE OPERATIONAL BUILDINGS AT IDAHO PARKS

Place of Performance

Location: JACKSON, MINIDOKA County, IDAHO, 83350

State: Idaho Government Spending

Plain-Language Summary

Department of the Interior obligated $4.3 million to LACY MECHANICAL INC for work described as: MIIN 314972 & HAFO 314578, REHABILITATE OPERATIONAL BUILDINGS AT IDAHO PARKS Key points: 1. Contract aims to improve aging infrastructure at national parks. 2. Competition was open but excluded specific sources, potentially limiting bidder pool. 3. Fixed-price contract type suggests cost certainty for the government. 4. Project duration of 416 days indicates a significant scope of work. 5. The awardee, LACY MECHANICAL INC, will be responsible for rehabilitation services. 6. Geographic focus on Idaho suggests localized economic impact.

Value Assessment

Rating: fair

The contract value of $4.26 million for rehabilitating operational buildings appears to be within a reasonable range for construction projects of this nature. However, without specific details on the scope of work, the number and condition of buildings, and the specific rehabilitation tasks required, a precise value-for-money assessment is challenging. Benchmarking against similar park infrastructure projects would provide a clearer picture of whether this represents a competitive price.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating that while the competition was intended to be open, certain sources were deliberately excluded. This suggests a specific justification for the exclusion, possibly related to specialized capabilities or prior performance. With 6 bidders, the competition level appears moderate, but the exclusion of sources might have impacted the breadth of available bids and potentially the final price.

Taxpayer Impact: The exclusion of sources, even with 6 bidders, could mean that taxpayers did not benefit from the widest possible range of competitive offers, potentially leading to a higher price than if all qualified sources had been allowed to bid.

Public Impact

Visitors to Idaho's national parks will benefit from improved and safer operational facilities. Rehabilitation services will enhance the longevity and functionality of park infrastructure. The project's geographic impact is concentrated in Idaho, supporting local construction activities. The contract may indirectly support local employment in the construction and trades sector within Idaho.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Commercial and Institutional Building Construction sector, a broad category encompassing the renovation and construction of non-residential buildings. The National Park Service, as part of the Department of the Interior, frequently engages in such contracts to maintain and upgrade its vast network of facilities. Spending in this sector is influenced by infrastructure needs, government funding cycles, and the condition of existing assets. Comparable spending benchmarks would typically involve analyzing other federal or state contracts for similar building rehabilitation projects.

Small Business Impact

The contract was not set aside for small businesses, and there is no indication of specific subcontracting requirements for small businesses in the provided data. This suggests that the primary awardee is likely a larger entity, and the direct impact on the small business ecosystem may be limited unless LACY MECHANICAL INC actively engages small businesses for subcontracting opportunities.

Oversight & Accountability

Oversight for this contract will likely be managed by the National Park Service contracting officers and project managers. Accountability measures are inherent in the firm fixed-price contract type, which obligates the contractor to complete the work for the agreed-upon price. Transparency is generally maintained through federal contract databases, though specific oversight reports or inspector general involvement would depend on the project's complexity and any identified issues.

Related Government Programs

Risk Flags

Tags

construction, department-of-the-interior, national-park-service, idaho, firm-fixed-price, definitive-contract, full-and-open-competition-after-exclusion-of-sources, commercial-and-institutional-building-construction, operational-buildings, infrastructure-rehabilitation

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $4.3 million to LACY MECHANICAL INC. MIIN 314972 & HAFO 314578, REHABILITATE OPERATIONAL BUILDINGS AT IDAHO PARKS

Who is the contractor on this award?

The obligated recipient is LACY MECHANICAL 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 $4.3 million.

What is the period of performance?

Start: 2025-07-22. End: 2026-09-11.

What specific types of operational buildings are included in this rehabilitation project, and what are the primary issues being addressed?

The provided data does not specify the exact types of operational buildings (e.g., visitor centers, maintenance facilities, administrative offices) or the specific rehabilitation issues (e.g., structural repairs, HVAC upgrades, roofing, accessibility improvements). A detailed review of the contract's Statement of Work (SOW) would be necessary to identify the scope of work, including the number of buildings, their current condition, and the required repairs or upgrades. This information is crucial for a comprehensive understanding of the project's necessity and value.

How does the $4.26 million contract value compare to similar rehabilitation projects for operational buildings in national parks?

Benchmarking this $4.26 million contract against similar projects requires access to data on comparable rehabilitation efforts within the National Park Service or other federal land management agencies. Factors such as the size and number of buildings, the extent of the rehabilitation (e.g., minor repairs vs. major overhauls), and geographic location significantly influence project costs. Without specific comparable contract data, it is difficult to definitively state whether this award represents excellent, good, or fair value. A review of historical NPS contracts for building rehabilitation would be needed for a robust comparison.

What is the track record of LACY MECHANICAL INC with federal contracts, particularly those involving building rehabilitation?

Information regarding LACY MECHANICAL INC's specific track record with federal contracts, especially concerning building rehabilitation, is not detailed in the provided data. A thorough assessment would involve examining their past performance on similar government projects, including contract history, any reported issues or disputes, on-time completion rates, and overall client satisfaction. Databases like the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS) would typically contain this information, allowing for an evaluation of their reliability and expertise.

What are the potential risks associated with rehabilitating operational buildings in national park settings, and how are they being mitigated?

Rehabilitating operational buildings in national parks presents unique risks, including potential disruptions to park operations and visitor access, environmental considerations (e.g., wildlife, sensitive habitats), logistical challenges in remote locations, and the possibility of discovering unforeseen structural or hazardous material issues. Mitigation strategies typically involve detailed site assessments, phased construction schedules to minimize disruption, adherence to strict environmental protocols, and contingency planning within the contract. The firm fixed-price nature of this contract also incentivizes the contractor to manage risks effectively to maintain profitability.

How does the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' procurement method impact price discovery and potential cost savings for taxpayers?

The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' method implies that while the competition was intended to be broad, specific pre-qualified or otherwise identified sources were excluded from bidding. This exclusion, if based on valid justifications (e.g., national security, specialized capabilities, prior performance issues with certain firms), aims to ensure the best value is obtained from the remaining pool. However, if the exclusion significantly narrows the competitive field without strong justification, it could limit price discovery and potentially lead to higher costs for taxpayers compared to unrestricted full and open competition.

What is the historical spending pattern for building rehabilitation by the National Park Service, and how does this contract fit within that trend?

Historical spending patterns for building rehabilitation by the National Park Service are generally tied to appropriations for facility maintenance and capital improvements. The NPS manages a vast inventory of historic and operational buildings, requiring continuous investment. This $4.26 million contract represents a specific investment in addressing infrastructure needs at Idaho parks. To understand its place in the trend, one would need to analyze the NPS's annual budget allocations for facility upgrades, the total number and value of similar rehabilitation contracts awarded over time, and the agency's overall backlog of deferred maintenance.

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 AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 140P2025R0015

Offers Received: 6

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 9974 W FAIRVIEW AVE, BOISE, ID, 83704

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

Financial Breakdown

Contract Ceiling: $4,258,000

Exercised Options: $4,258,000

Current Obligation: $4,258,000

Actual Outlays: $176,478

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2025-07-22

Current End Date: 2026-09-11

Potential End Date: 2026-09-11 00:00:00

Last Modified: 2026-02-13

More Contracts from Lacy Mechanical Inc

View all Lacy Mechanical Inc federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending