Interior awards $2.56M for temporary river intake pumps in New Mexico

Contract Overview

Contract Amount: $2,560,544 ($2.6M)

Contractor: WCA Construction, LLC

Awarding Agency: Department of the Interior

Start Date: 2024-08-30

End Date: 2027-02-11

Contract Duration: 895 days

Daily Burn Rate: $2.9K/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: SJ LATERAL RIVER INTAKE TEMP PUMPS

Place of Performance

Location: FARMINGTON, SAN JUAN County, NEW MEXICO, 87401

State: New Mexico Government Spending

Plain-Language Summary

Department of the Interior obligated $2.6 million to WCA CONSTRUCTION, LLC for work described as: SJ LATERAL RIVER INTAKE TEMP PUMPS Key points: 1. Contract awarded to WCA Construction, LLC for essential water supply infrastructure. 2. The purchase order is a firm-fixed-price contract, indicating defined cost parameters. 3. Project duration spans over two years, suggesting a significant operational need. 4. The contract falls under Simplified Acquisition Procedures, implying a focus on efficiency for smaller procurements. 5. Awarded by the Bureau of Reclamation, highlighting a focus on water resource management. 6. The procurement is for temporary pumps, indicating a short-term or emergency need.

Value Assessment

Rating: good

The contract value of $2.56 million for temporary pumps appears reasonable given the duration and the nature of water supply infrastructure. Benchmarking against similar temporary pump installations for emergency or short-term water management projects would provide a more precise value-for-money assessment. The firm-fixed-price structure helps control costs, but the absence of detailed cost breakdowns makes a granular comparison difficult. Without specific performance metrics or comparable contract data, it's challenging to definitively assess if this represents excellent value, but it falls within a fair range for specialized equipment and services.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was competed under Simplified Acquisition Procedures (SAP), which generally allows for broad competition among qualified vendors. While the specific number of bidders is not provided, SAP is designed to encourage competition for procurements below certain thresholds. The fact that it was competed suggests that multiple vendors had the opportunity to bid, which typically leads to better price discovery and a more competitive outcome for the government.

Taxpayer Impact: The competitive nature of this award, even under SAP, suggests that taxpayer dollars were likely used efficiently by leveraging market forces to secure the best possible price for these temporary pumps.

Public Impact

The primary beneficiaries are likely communities and agricultural operations in New Mexico relying on the SJ Lateral River for water supply. The contract delivers essential temporary water pumping services to ensure continuity of water availability. The geographic impact is focused on New Mexico, specifically areas served by the SJ Lateral River. Workforce implications may include local employment opportunities for installation, operation, and maintenance of the pumps.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Water Supply and Irrigation Systems sector, a critical area for infrastructure and resource management. The market for temporary pumping solutions is often driven by emergency needs, seasonal demands, or infrastructure repair projects. Spending in this sector can vary significantly based on environmental conditions, regulatory requirements, and capital improvement plans. Comparable spending benchmarks would typically involve analyzing other government or private sector contracts for similar temporary water management solutions, considering factors like pump capacity, duration, and site-specific challenges.

Small Business Impact

The data indicates this contract was not specifically set aside for small businesses, nor does it explicitly mention subcontracting requirements for small businesses. Further analysis would be needed to determine if WCA Construction, LLC is a large business and if any subcontracting opportunities were made available to the small business ecosystem. Without this information, the direct impact on small businesses remains unclear.

Oversight & Accountability

Oversight for this contract would primarily fall under the Bureau of Reclamation, a division of the Department of the Interior. Accountability measures are inherent in the firm-fixed-price contract, requiring delivery of specified services. Transparency is facilitated by the public nature of federal contract awards, though detailed operational reports may not be publicly available. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

water-supply, irrigation-systems, temporary-pumps, purchase-order, firm-fixed-price, competed-under-sap, bureau-of-reclamation, department-of-the-interior, new-mexico, construction, infrastructure, simplified-acquisition-procedures

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $2.6 million to WCA CONSTRUCTION, LLC. SJ LATERAL RIVER INTAKE TEMP PUMPS

Who is the contractor on this award?

The obligated recipient is WCA CONSTRUCTION, LLC.

Which agency awarded this contract?

Awarding agency: Department of the Interior (Bureau of Reclamation).

What is the total obligated amount?

The obligated amount is $2.6 million.

What is the period of performance?

Start: 2024-08-30. End: 2027-02-11.

What is the track record of WCA Construction, LLC with the federal government, particularly in similar water infrastructure projects?

A review of federal procurement data indicates that WCA Construction, LLC has a history of receiving government contracts. To assess their track record specifically for water infrastructure and temporary pumping solutions, a deeper dive into their past performance evaluations and the types of projects they have completed for agencies like the Bureau of Reclamation or the Army Corps of Engineers would be necessary. Analyzing contract completion timeliness, adherence to budget, and client satisfaction from previous awards would provide crucial insights into their reliability and expertise in this domain. Without specific past performance data for this contract vehicle, it's difficult to definitively gauge their suitability beyond the current award.

How does the $2.56 million cost compare to similar temporary river intake pump installations for federal agencies?

Benchmarking the $2.56 million cost requires comparing it to contracts for similar temporary river intake pump systems, considering factors such as pump capacity, required flow rates, duration of use, and site-specific installation challenges. Contracts awarded by agencies like the Army Corps of Engineers or other Bureau of Reclamation projects for emergency or temporary water management could serve as comparators. The firm-fixed-price nature of this award suggests cost certainty, but without detailed specifications of the pumps and services included, a precise value-for-money comparison is challenging. Generally, temporary solutions can be costly due to mobilization, specialized equipment, and short-term operational needs, making direct comparisons essential for assessing efficiency.

What are the primary risks associated with this temporary pump installation, and what mitigation strategies are in place?

Potential risks for this temporary river intake pump installation could include environmental factors (e.g., fluctuating river levels, debris, water quality issues), operational failures of the pumps, logistical challenges in deployment and maintenance, and potential impacts on aquatic life. Mitigation strategies would typically involve detailed site assessments, robust pump selection and maintenance protocols, contingency plans for equipment failure, and adherence to environmental regulations. The contract's firm-fixed-price structure implies that the contractor, WCA Construction, LLC, bears much of the cost risk associated with performance. However, specific risk mitigation plans are usually detailed in the contract's statement of work and performance requirements, which are not fully detailed in the provided data.

What is the expected effectiveness of these temporary pumps in ensuring water supply continuity for New Mexico?

The effectiveness of these temporary pumps hinges on their capacity to meet the required water flow and pressure demands for the SJ Lateral River system in New Mexico. As a firm-fixed-price contract with a duration extending into February 2027, it suggests a significant and potentially prolonged need for supplemental water supply. Their effectiveness will be measured by their ability to consistently deliver the necessary volume of water, thereby preventing disruptions to agricultural or municipal water users dependent on the river. The Bureau of Reclamation's oversight and the contractor's operational performance will be key determinants of the pumps' success in fulfilling their intended purpose.

How has federal spending on water supply and irrigation systems in New Mexico trended over the past five years?

Analyzing federal spending trends on water supply and irrigation systems in New Mexico over the past five years would require accessing historical federal procurement databases and budget allocations. This would involve looking at contracts awarded by agencies such as the Bureau of Reclamation, the Natural Resources Conservation Service, and potentially the Army Corps of Engineers within the state. Trends could be influenced by factors like drought conditions, infrastructure modernization initiatives, and specific regional water management needs. A significant increase or decrease in spending could indicate shifts in federal priorities or responses to environmental challenges impacting water resources in New Mexico.

Industry Classification

NAICS: UtilitiesWater, Sewage and Other SystemsWater Supply and Irrigation Systems

Product/Service Code: PUMPS AND COMPRESSORS

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Solicitation ID: 140R4024Q0039

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Weeminuche Construction Authority

Address: 305 INDUSTRIAL PKWY, TOWAOC, CO, 81334

Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Tax Exempt, HUBZone Firm, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $2,560,544

Exercised Options: $2,560,544

Current Obligation: $2,560,544

Actual Outlays: $1,912,157

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2024-08-30

Current End Date: 2027-02-11

Potential End Date: 2027-02-11 00:00:00

Last Modified: 2026-01-05

More Contracts from WCA Construction, LLC

View all WCA Construction, LLC federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending