Interior Department awards $8.1M contract for Rincon Mountain VC parking and trail system improvements

Contract Overview

Contract Amount: $8,105,740 ($8.1M)

Contractor: Sealaska Constructors LLC

Awarding Agency: Department of the Interior

Start Date: 2025-06-09

End Date: 2026-10-14

Contract Duration: 492 days

Daily Burn Rate: $16.5K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: SAGU 151698 - ADDRESS CONGESTION AT RINCON MT VC PARKING, RD, AND TRAIL SYSTEM

Place of Performance

Location: TUCSON, PIMA County, ARIZONA, 85730

State: Arizona Government Spending

Plain-Language Summary

Department of the Interior obligated $8.1 million to SEALASKA CONSTRUCTORS LLC for work described as: SAGU 151698 - ADDRESS CONGESTION AT RINCON MT VC PARKING, RD, AND TRAIL SYSTEM Key points: 1. Contract focuses on essential infrastructure upgrades to enhance visitor experience and safety. 2. Competition was open, suggesting a competitive bidding process for this project. 3. The project duration of 492 days indicates a substantial scope of work. 4. Fixed-price contract type aims to control costs and provide budget certainty. 5. The award to Sealaska Constructors LLC highlights potential for tribal enterprise involvement. 6. Geographic focus on Arizona suggests regional economic impact.

Value Assessment

Rating: good

The contract value of $8.1 million for parking and trail system improvements appears reasonable given the scope and duration. Benchmarking against similar National Park Service infrastructure projects would provide a more precise value-for-money assessment. The firm fixed-price structure suggests an effort to manage costs effectively, but detailed cost breakdowns are not available for direct comparison.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while the competition was broad, specific sources may have been excluded for defined reasons. With four bidders, the competition level suggests a moderate degree of market interest, which should contribute to price discovery. However, the exclusion of certain sources warrants further investigation to ensure maximum competition was achieved.

Taxpayer Impact: The open competition, despite potential exclusions, is generally favorable for taxpayers as it encourages multiple firms to bid, potentially driving down prices and ensuring the government receives competitive offers.

Public Impact

Visitors to Rincon Mountain will benefit from improved parking facilities and trail systems, enhancing accessibility and safety. The project will deliver construction services focused on infrastructure development within a national park. The geographic impact is concentrated in Arizona, specifically within the Rincon Mountain Visitor Center area. The project will likely create temporary construction jobs in the local Arizona workforce.

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, specifically related to public infrastructure and park development. The National Park Service frequently awards contracts for facility upgrades and trail maintenance. The market for such construction services is competitive, with numerous firms capable of undertaking projects of this scale. The $8.1 million value is moderate for a federal construction project of this nature.

Small Business Impact

The contract data indicates that small business set-asides were not utilized for this award (ss: false, sb: false). This suggests the contract was not specifically targeted towards small businesses. While Sealaska Constructors LLC is a large business, the subcontracting opportunities for small businesses are not detailed in this data. Further analysis would be needed to determine the extent of small business participation 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 provides a degree of accountability for the contractor to deliver within budget. Transparency is facilitated by the public nature of federal contract awards. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

construction, department-of-the-interior, national-park-service, arizona, firm-fixed-price, delivery-order, full-and-open-competition, infrastructure, visitor-services, parking-facilities, trail-systems

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $8.1 million to SEALASKA CONSTRUCTORS LLC. SAGU 151698 - ADDRESS CONGESTION AT RINCON MT VC PARKING, RD, AND TRAIL SYSTEM

Who is the contractor on this award?

The obligated recipient is SEALASKA CONSTRUCTORS 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 $8.1 million.

What is the period of performance?

Start: 2025-06-09. End: 2026-10-14.

What is the track record of Sealaska Constructors LLC on similar federal contracts?

Information on Sealaska Constructors LLC's specific track record with federal contracts, particularly those involving national park infrastructure or similar construction projects, is not detailed in the provided data. A comprehensive review would require accessing contract performance databases and past performance evaluations. However, as a recipient of this award, they have demonstrated the capability to meet the requirements of the National Park Service. Further investigation into their project history, including on-time and on-budget performance, would be necessary for a complete assessment.

How does the awarded price compare to similar National Park Service infrastructure projects?

A direct comparison of the $8.1 million award to similar National Park Service infrastructure projects requires access to a broader dataset of comparable contracts. Factors such as project scope, location, complexity, and duration significantly influence pricing. While the firm fixed-price structure aims for cost control, without specific benchmarks for parking and trail system upgrades in similar geographic or environmental contexts, it is difficult to definitively assess if this price represents optimal value. The number of bidders (four) suggests a degree of market competitiveness that should have contributed to a reasonable price.

What are the primary risks associated with this specific contract?

Key risks for this contract include potential environmental challenges during construction within a natural park setting, requiring strict adherence to environmental regulations and mitigation plans. Schedule delays could arise from weather, unforeseen site conditions, or supply chain disruptions for materials. Cost overruns are mitigated by the firm fixed-price structure, but scope creep could still occur if project requirements expand beyond the initial agreement. Ensuring adequate oversight to manage these risks effectively will be crucial for successful project completion.

How effective is the 'Full and Open Competition After Exclusion of Sources' method for this type of project?

The 'Full and Open Competition After Exclusion of Sources' method aims to balance broad competition with specific needs or limitations. For a project like this, it suggests that while the government sought bids from a wide range of qualified contractors, certain entities were intentionally excluded, perhaps due to specific technical requirements, past performance issues, or other justifiable reasons. This method can be effective if the exclusions are well-documented and do not unduly restrict competition, thereby still encouraging competitive pricing while ensuring suitability. The presence of four bidders indicates a reasonable level of competition was maintained.

What is the historical spending pattern for similar infrastructure projects by the National Park Service in Arizona?

Analyzing historical spending patterns for similar National Park Service infrastructure projects in Arizona would require access to historical contract data. This would involve identifying past contracts for visitor center improvements, parking facilities, and trail systems within NPS sites in Arizona, examining their values, durations, and contract types. Such an analysis could reveal trends in project costs, typical contractor performance, and the frequency of specific types of infrastructure investments. Without this historical data, it's challenging to contextualize the current $8.1 million award within broader spending trends for the region.

Industry Classification

NAICS: ConstructionNonresidential Building ConstructionCommercial and Institutional Building Construction

Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIESCONSTRUCTION OF BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 140P2025R0006

Offers Received: 4

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1200 6TH AVE. SUITE 800, SEATTLE, WA, 98101

Business Categories: Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $8,105,740

Exercised Options: $8,105,740

Current Obligation: $8,105,740

Actual Outlays: $1,126,004

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 140A1623D0025

IDV Type: IDC

Timeline

Start Date: 2025-06-09

Current End Date: 2026-10-14

Potential End Date: 2026-10-14 00:00:00

Last Modified: 2026-03-24

More Contracts from Sealaska Constructors LLC

View all Sealaska Constructors LLC federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending