GSA awards $8.17M for Fort Fairfield LPOE architectural design, with a 5-year performance period

Contract Overview

Contract Amount: $8,168,493 ($8.2M)

Contractor: Smith-Miller + Hawkinson Architects, LLP

Awarding Agency: General Services Administration

Start Date: 2025-08-13

End Date: 2031-04-03

Contract Duration: 2,059 days

Daily Burn Rate: $4.0K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 5

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: AWARD OF TASK ORDER 47PB0025F0369 FOR PROFESSIONAL A-E DESIGN SERVICES OF THE FORT FAIRFIELD LPOE BIL PROJECT IN FORT FAIRFIELD, ME.

Place of Performance

Location: FORT FAIRFIELD, AROOSTOOK County, MAINE, 04742

State: Maine Government Spending

Plain-Language Summary

General Services Administration obligated $8.2 million to SMITH-MILLER + HAWKINSON ARCHITECTS, LLP for work described as: AWARD OF TASK ORDER 47PB0025F0369 FOR PROFESSIONAL A-E DESIGN SERVICES OF THE FORT FAIRFIELD LPOE BIL PROJECT IN FORT FAIRFIELD, ME. Key points: 1. Contract awarded for architectural design services, indicating a need for facility upgrades or new construction. 2. The firm fixed-price contract type suggests predictable costs for the government. 3. A 5-year performance period indicates a long-term project, potentially involving multiple phases. 4. The contract was awarded under full and open competition, implying a broad search for qualified bidders. 5. The specific North American Industry Classification System (NAICS) code 541310 points to specialized architectural services. 6. The project is located in Maine, suggesting a focus on regional infrastructure development.

Value Assessment

Rating: good

The award of $8.17 million for architectural design services for the Fort Fairfield LPOE project appears reasonable given the 5-year performance period. Benchmarking against similar large-scale federal design contracts would provide a more precise value assessment. The firm fixed-price structure helps manage cost certainty for the government over the contract's duration. Without specific details on the scope of work, a definitive value-for-money assessment is challenging, but the competitive award process suggests a fair market price was likely achieved.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, meaning that all responsible sources were permitted to submit a bid. The presence of 5 bids (no: 5) indicates a healthy level of interest and competition for this architectural design service. This competitive environment is generally favorable for price discovery and ensures the government receives proposals from a diverse range of qualified firms.

Taxpayer Impact: Full and open competition typically leads to better pricing for taxpayers by fostering a competitive bidding environment. It ensures that the government is not limited to a select few contractors, potentially driving down costs and improving the quality of services received.

Public Impact

The primary beneficiaries are the General Services Administration (GSA) and potentially other federal agencies utilizing the Fort Fairfield LPOE facility. The services delivered include professional architectural design, crucial for the planning and execution of facility projects. The geographic impact is concentrated in Fort Fairfield, Maine, contributing to local economic activity and infrastructure. The contract supports the architecture and engineering sector, potentially creating or sustaining jobs for skilled professionals in the region.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The architectural services sector is a critical component of the construction and public infrastructure industry. Federal agencies like GSA frequently procure these services for the design and renovation of government buildings and facilities. The market for architectural services is competitive, with numerous firms capable of undertaking projects of varying scales. This contract fits within the broader trend of federal investment in maintaining and upgrading its real property assets.

Small Business Impact

This contract was not set aside for small businesses (sb: false) and was awarded under full and open competition. While there is no direct small business set-aside, the prime contractor, SMITH-MILLER + HAWKINSON ARCHITECTS, LLP, may engage small businesses as subcontractors for specialized tasks. The extent of small business participation will depend on the prime contractor's subcontracting plan and the nature of the architectural services required.

Oversight & Accountability

Oversight for this contract will primarily fall under the General Services Administration (GSA), specifically the Public Buildings Service. The firm fixed-price nature of the contract provides a degree of cost control. Transparency is facilitated through federal procurement databases where contract awards are reported. Accountability measures will be tied to the performance requirements outlined in the delivery order and the contract's terms and conditions.

Related Government Programs

Risk Flags

Tags

gsa, general-services-administration, architectural-services, design-services, firm-fixed-price, full-and-open-competition, land-port-of-entry, fort-fairfield, maine, federal-facility, infrastructure, a-e-services

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $8.2 million to SMITH-MILLER + HAWKINSON ARCHITECTS, LLP. AWARD OF TASK ORDER 47PB0025F0369 FOR PROFESSIONAL A-E DESIGN SERVICES OF THE FORT FAIRFIELD LPOE BIL PROJECT IN FORT FAIRFIELD, ME.

Who is the contractor on this award?

The obligated recipient is SMITH-MILLER + HAWKINSON ARCHITECTS, LLP.

Which agency awarded this contract?

Awarding agency: General Services Administration (Public Buildings Service).

What is the total obligated amount?

The obligated amount is $8.2 million.

What is the period of performance?

Start: 2025-08-13. End: 2031-04-03.

What is the specific scope of architectural design services required for the Fort Fairfield LPOE project?

The provided data indicates the award is for 'PROFESSIONAL A-E DESIGN SERVICES OF THE FORT FAIRFIELD LPOE BIL PROJECT'. 'A-E' typically stands for Architect-Engineer. The 'LPOE' likely refers to a Land Port of Entry. Therefore, the scope involves the design services necessary for the planning, development, and potentially renovation or construction of a Land Port of Entry facility in Fort Fairfield, Maine. This could encompass site planning, architectural design, structural engineering, mechanical, electrical, and plumbing (MEP) design, and potentially interior design, depending on the specific requirements detailed in the full contract.

How does the awarded amount of $8.17 million compare to similar federal architectural design contracts for ports of entry?

Benchmarking $8.17 million against similar federal architectural design contracts for ports of entry requires access to a comprehensive database of historical contract awards. Factors influencing cost include the size and complexity of the port of entry, the scope of design services (e.g., new construction vs. renovation, specific security features, environmental considerations), the geographic location (affecting labor and material costs), and the duration of the design phase. Generally, large-scale federal infrastructure projects, especially those involving border facilities, can incur significant design costs. A detailed comparison would necessitate identifying contracts with similar project types, scale, and service requirements awarded within a comparable timeframe.

What are the potential risks associated with a 5-year performance period for architectural design services?

A 5-year performance period for architectural design services presents several potential risks. Firstly, there's the risk of scope creep, where the project's requirements may expand beyond the initial agreement, leading to cost overruns or schedule delays if not managed effectively. Secondly, the extended duration increases the possibility of design obsolescence due to changes in building codes, technology, or operational needs. Thirdly, contractor performance can fluctuate over time; a firm that starts strong might experience issues later in the contract. Finally, market conditions and material costs can change significantly over five years, potentially impacting the feasibility or cost-effectiveness of the designed elements if not adequately addressed in the contract.

What is the track record of SMITH-MILLER + HAWKINSON ARCHITECTS, LLP with federal contracts, particularly with GSA?

Information regarding the specific track record of SMITH-MILLER + HAWKINSON ARCHITECTS, LLP with federal contracts, especially with the General Services Administration (GSA), would typically be available through federal procurement databases like SAM.gov or FPDS. These databases often contain details on past awards, performance ratings (if available), and the types of services the contractor has provided. A thorough review would involve examining their history of successful contract completions, any past performance issues or disputes, and their experience with similar types of projects (e.g., federal facilities, ports of entry, public buildings). This analysis is crucial for assessing their capability and reliability for the current project.

How does the firm fixed-price (FFP) contract type influence cost control and risk for this project?

A Firm Fixed-Price (FFP) contract type is generally advantageous for the government in controlling costs and shifting risk to the contractor. Under an FFP agreement, the contractor agrees to a set price for the defined scope of work, regardless of their actual costs incurred. This provides budget certainty for the GSA. The primary risk for the contractor is that their costs might exceed the fixed price, reducing their profit margin or resulting in a loss. Conversely, if they manage their costs efficiently, their profit margin increases. For this architectural design project, the FFP structure incentivizes the contractor to perform efficiently and manage resources effectively to meet the design objectives within the agreed-upon budget.

What is the significance of the NAICS code 541310 (Architectural Services) in the context of this award?

The North American Industry Classification System (NAICS) code 541310 specifically identifies 'Architectural Services'. This code signifies that the primary service being procured under this contract is the professional expertise of architects in planning, designing, and overseeing the construction or renovation of buildings and other structures. For the Fort Fairfield LPOE project, this means the contract is focused on the creative and technical aspects of designing the facility, including developing blueprints, specifications, and potentially providing construction administration services. It distinguishes this award from contracts for engineering services (which have different NAICS codes) or construction itself.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesArchitectural Services

Product/Service Code: ARCHITECT/ENGINEER SERVICESARCH-ENG SVCS - CONSTRUCTION

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: EQ1PC-25-0032

Offers Received: 5

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 305 CANAL ST 4TH FL, NEW YORK, NY, 10013

Business Categories: Category Business, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $8,168,493

Exercised Options: $8,168,493

Current Obligation: $8,168,493

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: 47PC0321D0002

IDV Type: IDC

Timeline

Start Date: 2025-08-13

Current End Date: 2031-04-03

Potential End Date: 2031-04-03 00:00:00

Last Modified: 2025-12-18

More Contracts from Smith-Miller + Hawkinson Architects, LLP

View all Smith-Miller + Hawkinson Architects, LLP federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending