National Park Service awards $2.2M contract for Dry Tortugas dock reconstruction, enhancing vital infrastructure
Contract Overview
Contract Amount: $2,195,255 ($2.2M)
Contractor: Croft and Associates, Inc.
Awarding Agency: Department of the Interior
Start Date: 2025-09-17
End Date: 2026-09-01
Contract Duration: 349 days
Daily Burn Rate: $6.3K/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: DRY TORTUGAS NATIONAL PARK DRTO 334967- (N142) REPLACE FORT JEFFERSON DOCKS DRTO 327757- RECONSTRUCT GARDEN KEY FINGER PIERS, MAIN DOCK HOUSE, AND STABILIZE NORTH COALING DOCK DRTO 334307- REPAIR/REPLACE FACILITIES AND DOCK LOGGERHEAD KEY DESIGN
Place of Performance
Location: HOMESTEAD, MIAMI-DADE County, FLORIDA, 33034
State: Florida Government Spending
Plain-Language Summary
Department of the Interior obligated $2.2 million to CROFT AND ASSOCIATES, INC. for work described as: DRY TORTUGAS NATIONAL PARK DRTO 334967- (N142) REPLACE FORT JEFFERSON DOCKS DRTO 327757- RECONSTRUCT GARDEN KEY FINGER PIERS, MAIN DOCK HOUSE, AND STABILIZE NORTH COALING DOCK DRTO 334307- REPAIR/REPLACE FACILITIES AND DOCK LOGGERHEAD KEY DESIGN Key points: 1. The contract focuses on critical infrastructure repair at Dry Tortugas National Park, addressing aging docks and piers. 2. Engineering services are central to this project, ensuring structural integrity and longevity of the facilities. 3. The project duration of 349 days indicates a focused effort on timely completion of essential repairs. 4. The firm-fixed-price contract type suggests a clear scope and budget, minimizing financial risk for the government. 5. The award to Croft and Associates, Inc. signifies a specific expertise in engineering services for marine infrastructure. 6. The project's success is crucial for park accessibility and operational continuity for visitors and staff.
Value Assessment
Rating: good
The contract value of $2.2 million for dock reconstruction and facility repair at a national park appears reasonable given the scope of work. While direct comparisons are difficult without specific project details, similar marine infrastructure projects often involve significant costs due to specialized labor, materials, and environmental considerations. The firm-fixed-price nature of the contract helps in cost control. Benchmarking against other National Park Service construction or repair contracts of similar complexity would provide a more precise value assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple qualified vendors had the opportunity to bid. The presence of 6 bidders suggests a healthy level of interest and competition for this type of engineering service. This competitive environment is expected to drive fair pricing and encourage high-quality proposals, benefiting the government.
Taxpayer Impact: A competitive bidding process ensures that taxpayer dollars are used efficiently by securing the best possible price and value for the required engineering and reconstruction services.
Public Impact
The primary beneficiaries are visitors to Dry Tortugas National Park, who will experience improved access and safety due to the repaired docks. Park staff and operations will benefit from stabilized and functional facilities, enabling more efficient management and service delivery. The project's geographic impact is localized to Dry Tortugas National Park in Florida, a critical historical and ecological site. The contract supports specialized engineering and construction jobs, contributing to the skilled workforce in the marine infrastructure sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for unforeseen structural issues in aging marine infrastructure requiring scope adjustments.
- Environmental sensitivities at the park may necessitate complex mitigation strategies and impact timelines.
- Logistical challenges of working in a remote island location could affect project efficiency and costs.
Positive Signals
- Clear contract type (firm-fixed-price) provides cost certainty.
- Full and open competition suggests a robust selection process.
- Experienced contractor (Croft and Associates, Inc.) likely brings relevant expertise.
Sector Analysis
This contract falls within the Engineering Services sector, specifically focusing on marine and civil infrastructure. The market for such services is characterized by specialized firms capable of handling complex projects in challenging environments. The National Park Service, like other federal agencies, frequently procures engineering services for the maintenance and upgrade of its extensive network of facilities and historical sites. Spending in this area is driven by the need to preserve national treasures and ensure public access and safety.
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 is Croft and Associates, Inc., there is no explicit information regarding subcontracting plans for small businesses. Further analysis would be needed to determine if small business participation is a requirement or a voluntary goal for this specific contract.
Oversight & Accountability
Oversight for this contract will likely be managed by the National Park Service contracting officer and project managers. The firm-fixed-price nature of the contract provides a degree of accountability for the contractor to deliver the specified work within the agreed budget. Transparency is generally maintained through federal contract databases and reporting requirements. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Dry Tortugas National Park Operations
- National Park Service Infrastructure Maintenance
- Federal Marine Construction Projects
- Engineering Services for Government Facilities
Risk Flags
- Potential for schedule delays due to weather or logistical challenges in a remote island location.
- Risk of encountering unforeseen structural issues requiring change orders.
- Environmental compliance complexities in a protected marine park.
Tags
engineering-services, national-park-service, department-of-the-interior, dry-tortugas-national-park, florida, construction, marine-infrastructure, full-and-open-competition, firm-fixed-price, infrastructure-repair, dock-reconstruction
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $2.2 million to CROFT AND ASSOCIATES, INC.. DRY TORTUGAS NATIONAL PARK DRTO 334967- (N142) REPLACE FORT JEFFERSON DOCKS DRTO 327757- RECONSTRUCT GARDEN KEY FINGER PIERS, MAIN DOCK HOUSE, AND STABILIZE NORTH COALING DOCK DRTO 334307- REPAIR/REPLACE FACILITIES AND DOCK LOGGERHEAD KEY DESIGN
Who is the contractor on this award?
The obligated recipient is CROFT AND ASSOCIATES, 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 $2.2 million.
What is the period of performance?
Start: 2025-09-17. End: 2026-09-01.
What is the track record of Croft and Associates, Inc. with the federal government, particularly the National Park Service?
Croft and Associates, Inc. has a history of performing engineering services for various government entities. While specific details on their past performance with the National Park Service require deeper database searches, their selection for this significant infrastructure project suggests they meet the agency's requirements for expertise and capability. Reviewing past contract awards, performance evaluations (if publicly available), and any past disputes or claims associated with Croft and Associates would provide a comprehensive understanding of their track record. Federal procurement data often includes information on contract history, which can be analyzed to assess reliability, quality of work, and adherence to schedules and budgets in previous engagements.
How does the awarded amount of $2.2 million compare to similar dock reconstruction projects within national parks or coastal areas?
The $2.2 million award for the Dry Tortugas dock reconstruction appears to be within a reasonable range for significant marine infrastructure repair in a sensitive and remote location. However, a precise benchmark requires comparing it to projects with similar scope, complexity, and environmental challenges. Factors such as the type of docks (e.g., finger piers, main docks), the extent of reconstruction (repair vs. complete replacement), and the specific geological and environmental conditions at the site heavily influence costs. Similar projects in other coastal national parks or federal lands involving substantial marine construction often range from hundreds of thousands to several million dollars, depending on these variables. Without detailed project specifications for comparable contracts, a definitive value-for-money assessment is challenging.
What are the primary risks associated with this specific contract, and how are they being mitigated?
The primary risks associated with this contract include potential unforeseen structural issues within the existing aging docks, environmental challenges inherent in working within a national park ecosystem, and logistical complexities due to the remote island location of Dry Tortugas. Mitigation strategies likely involve thorough pre-construction surveys and engineering assessments to identify potential subsurface or structural problems early on. Environmental impact assessments and adherence to strict environmental protection protocols are crucial for mitigating ecological risks. The contractor's experience in remote operations and the firm-fixed-price contract structure also help mitigate risks related to cost overruns and schedule delays, provided the scope is well-defined and managed.
How effective is the firm-fixed-price contract type in ensuring value for money for this project?
The firm-fixed-price (FFP) contract type is generally effective in ensuring value for money when the scope of work is well-defined and understood, as is typical for infrastructure repair projects like dock reconstruction. Under an FFP contract, the contractor assumes the majority of the risk for cost overruns, incentivizing them to manage the project efficiently and complete it within the agreed-upon price. This provides cost certainty for the government and taxpayers. For this project, the FFP structure encourages Croft and Associates, Inc. to control costs and deliver the specified repairs effectively. However, the effectiveness relies on a clear statement of work and robust oversight to prevent scope creep or substandard execution.
What is the historical spending trend for engineering services and infrastructure repair by the National Park Service?
The National Park Service (NPS) consistently allocates significant funding towards infrastructure maintenance, repair, and modernization across its vast network of parks and historic sites. Historical spending trends for engineering services and infrastructure repair by the NPS show a steady demand driven by the aging nature of many facilities and the need to preserve natural and cultural resources. Annual budgets often reflect substantial investments in areas such as visitor facilities, roads, trails, utilities, and historic structures. While specific figures fluctuate year-to-year based on appropriations and priority projects, the overall trend indicates a sustained and often increasing need for these services to address deferred maintenance and improve visitor experiences and safety.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-ENG SVCS - GENERAL
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 6
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3400 BLUE SPRINGS RD NW STE 200, KENNESAW, GA, 30144
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,195,255
Exercised Options: $2,195,255
Current Obligation: $2,195,255
Actual Outlays: $481,214
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 140F0822D0217
IDV Type: IDC
Timeline
Start Date: 2025-09-17
Current End Date: 2026-09-01
Potential End Date: 2026-09-01 00:00:00
Last Modified: 2026-03-09
More Contracts from Croft and Associates, Inc.
- Jela 325249 - Replace Jones Point Trailer, Jean Lafitte National Historical Park and Preserve Design Services for Design Development (DD) and Construction Documents (CD) — $405.2K (Department of the Interior)
- Eros Electrical Power Study — $363.7K (Department of the Interior)
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.)