National Park Service Awards $6.8M Contract for Lake Mead Boat Ramp Extension

Contract Overview

Contract Amount: $6,818,889 ($6.8M)

Contractor: SNC Tallimat, LLC

Awarding Agency: Department of the Interior

Start Date: 2025-12-26

End Date: 2027-12-22

Contract Duration: 726 days

Daily Burn Rate: $9.4K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: LAKE 324894 - ECHO BAY LAUNCH RAMP EXTENSION AT LAKE MEAD NATIONAL RECREATION AREA IN BOULDER CITY, NEVADA

Place of Performance

Location: BOULDER CITY, CLARK County, NEVADA, 89005

State: Nevada Government Spending

Plain-Language Summary

Department of the Interior obligated $6.8 million to SNC TALLIMAT, LLC for work described as: LAKE 324894 - ECHO BAY LAUNCH RAMP EXTENSION AT LAKE MEAD NATIONAL RECREATION AREA IN BOULDER CITY, NEVADA Key points: 1. The contract aims to extend the ECHO BAY LAUNCH RAMP at Lake Mead National Recreation Area. 2. SNC TALLIMAT, LLC secured the $6.8M firm-fixed-price contract. 3. Competition was full and open after exclusion of sources, suggesting a competitive bidding process. 4. The project falls under 'Other Heavy and Civil Engineering Construction', a sector often subject to significant cost fluctuations.

Value Assessment

Rating: fair

The contract value of $6.8M for a 726-day duration appears reasonable for heavy civil engineering construction. Benchmarking against similar NPS or DOI projects would provide a more precise assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' indicates a competitive process was intended, but the specific exclusion criteria warrant review to ensure maximum price discovery.

Taxpayer Impact: Taxpayer funds are being used for infrastructure improvement at a national recreation area, which can enhance public access and enjoyment.

Public Impact

Improved access to Lake Mead for recreational boating. Potential for increased tourism and economic activity in the Boulder City, Nevada area. Enhancement of national park infrastructure to support visitor services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the 'Other Heavy and Civil Engineering Construction' sector. Spending in this sector can be highly variable, influenced by material costs, labor availability, and project complexity. Benchmarks for similar scale projects are essential for thorough evaluation.

Small Business Impact

The contract was awarded to SNC TALLIMAT, LLC. Analysis is needed to determine if small business subcontracting opportunities were included or achieved.

Oversight & Accountability

The National Park Service, under the Department of the Interior, is responsible for overseeing this contract. Standard oversight procedures should ensure adherence to contract terms and quality standards.

Related Government Programs

Risk Flags

Tags

other-heavy-and-civil-engineering-constr, department-of-the-interior, nv, definitive-contract, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $6.8 million to SNC TALLIMAT, LLC. LAKE 324894 - ECHO BAY LAUNCH RAMP EXTENSION AT LAKE MEAD NATIONAL RECREATION AREA IN BOULDER CITY, NEVADA

Who is the contractor on this award?

The obligated recipient is SNC TALLIMAT, 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 $6.8 million.

What is the period of performance?

Start: 2025-12-26. End: 2027-12-22.

What specific factors led to the exclusion of certain sources during the 'full and open competition' phase, and did this exclusion potentially limit competitive pricing?

The rationale behind excluding specific sources needs detailed examination. While 'full and open competition' is stated, the exclusion clause suggests pre-qualification or specific requirements that might have narrowed the field. Understanding these criteria is crucial to assess if the government received the most competitive pricing possible or if alternative approaches could have yielded better value.

What are the projected long-term maintenance costs associated with the extended launch ramp, and how are these factored into the overall lifecycle cost assessment?

Infrastructure projects often incur significant long-term maintenance expenses. A comprehensive lifecycle cost analysis should detail projected maintenance needs, associated costs, and funding strategies for the extended ramp. This ensures the initial investment aligns with sustainable operational budgets and avoids future unfunded liabilities for the National Park Service.

How does the firm-fixed-price structure mitigate risks related to potential material cost escalations or unforeseen site conditions common in heavy civil engineering projects?

A firm-fixed-price contract generally shifts the risk of cost overruns to the contractor. This structure provides budget certainty for the government, especially valuable in construction where material prices and site conditions can fluctuate. However, the contractor's pricing strategy must adequately account for these potential risks, which could be reflected in the initial bid.

Industry Classification

NAICS: ConstructionOther Heavy and Civil Engineering ConstructionOther Heavy and Civil Engineering Construction

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 140P2025R0071

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2700 GAMBELL ST STE 300, ANCHORAGE, AK, 99503

Business Categories: 8(a) Program Participant, 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: $13,351,683

Exercised Options: $6,818,889

Current Obligation: $6,818,889

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2025-12-26

Current End Date: 2027-12-22

Potential End Date: 2027-12-22 00:00:00

Last Modified: 2026-01-06

More Contracts from SNC Tallimat, LLC

View all SNC Tallimat, LLC federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending