GSA awards $202.8K contract for elevator design at Delaware courthouse, highlighting engineering services
Contract Overview
Contract Amount: $202,754 ($202.8K)
Contractor: Miller-Remick, LLC
Awarding Agency: General Services Administration
Start Date: 2024-11-04
End Date: 2026-04-08
Contract Duration: 520 days
Daily Burn Rate: $390/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: ELEVATOR DESIGN FOR THE J. CALEB BOGGS COURTHOUSE AND FEDERAL BUILDING, WILMINGTON, DE.
Place of Performance
Location: WILMINGTON, NEW CASTLE County, DELAWARE, 19801
State: Delaware Government Spending
Plain-Language Summary
General Services Administration obligated $202,753.7 to MILLER-REMICK, LLC for work described as: ELEVATOR DESIGN FOR THE J. CALEB BOGGS COURTHOUSE AND FEDERAL BUILDING, WILMINGTON, DE. Key points: 1. Contract value represents a focused investment in specialized engineering for a specific federal facility. 2. The procurement method suggests a deliberate decision to seek broad market participation. 3. Potential risks include schedule adherence and ensuring the design meets all federal building codes. 4. This contract supports the modernization and maintenance of critical federal infrastructure. 5. Engineering services are essential for ensuring the safety and accessibility of public buildings.
Value Assessment
Rating: good
The contract value of approximately $202,754 for elevator design services appears reasonable for a specialized engineering task at a federal courthouse. Benchmarking against similar federal contracts for architectural and engineering services for building systems suggests this falls within a typical range for design work on a single component of a larger facility. The firm-fixed-price structure indicates that the cost is defined upfront, providing budget certainty. Without specific details on the complexity of the elevator system or the required design scope, a precise value-for-money assessment is challenging, but the amount does not immediately raise concerns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This specific procurement method indicates that while the government initially intended full and open competition, certain sources were excluded, possibly due to specific qualifications, past performance, or other criteria. The number of bidders is not specified, but the exclusion of sources suggests a potentially narrowed field compared to unrestricted full and open competition. This could impact the breadth of price discovery and innovation.
Taxpayer Impact: While the competition was not fully unrestricted, the 'after exclusion of sources' approach aims to balance competition with the need for specialized expertise, potentially leading to a fair price for taxpayers by engaging qualified firms.
Public Impact
The J. Caleb Boggs Courthouse and Federal Building in Wilmington, DE, will benefit from updated and potentially more accessible elevator systems. Federal employees and the public visiting the courthouse will experience improved accessibility and safety. The project supports the operational efficiency and maintenance of federal judicial infrastructure. The contract provides work for specialized engineering and design professionals within the private sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for design changes impacting cost and schedule if unforeseen structural or code issues arise.
- Ensuring the selected firm has adequate experience with federal building codes and courthouse specific requirements.
- Monitoring the design process to ensure it aligns with long-term maintenance and operational needs.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- Award to a single contractor streamlines communication and project management.
- The contract is for a specific, well-defined scope (elevator design).
Sector Analysis
The engineering services sector is crucial for the design, construction, and maintenance of federal facilities. This contract falls under the broader category of architectural and engineering (A&E) services, specifically focusing on mechanical systems (elevators). The federal government is a significant client for A&E firms, with spending often driven by infrastructure upgrades, new construction, and compliance with evolving building codes and accessibility standards. Comparable spending benchmarks for elevator design can vary widely based on building size, complexity, and modernization needs, but this contract appears to be for a focused, specific task within a single facility.
Small Business Impact
This contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses. The award was made to Miller-Remick, LLC. Further analysis would be needed to determine the size status of the awardee and whether any small business subcontracting opportunities were mandated or voluntarily pursued.
Oversight & Accountability
Oversight for this contract will be managed by the General Services Administration (GSA), specifically its Public Buildings Service. The firm-fixed-price nature of the contract provides a degree of financial oversight by defining the total cost upfront. Accountability will be measured against the successful completion of the design deliverables according to the contract's specifications and schedule. Transparency is facilitated through federal contract databases where this award is recorded. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Federal Courthouse Modernization Projects
- Public Building Accessibility Upgrades
- General Services Administration (GSA) Capital Investments
- Engineering and Design Services for Federal Facilities
Risk Flags
- Potential for scope creep if design requirements evolve.
- Dependence on contractor's specialized expertise.
- Ensuring compliance with all federal building codes and accessibility standards.
Tags
engineering-services, general-services-administration, public-buildings-service, firm-fixed-price, delivery-order, limited-competition, courthouse, delaware, infrastructure, design-services, elevator-systems
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $202,753.7 to MILLER-REMICK, LLC. ELEVATOR DESIGN FOR THE J. CALEB BOGGS COURTHOUSE AND FEDERAL BUILDING, WILMINGTON, DE.
Who is the contractor on this award?
The obligated recipient is MILLER-REMICK, LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $202,753.7.
What is the period of performance?
Start: 2024-11-04. End: 2026-04-08.
What is the track record of Miller-Remick, LLC with the General Services Administration?
Miller-Remick, LLC has a history of receiving contracts from the General Services Administration. A review of federal procurement data indicates multiple awards to this firm across various service categories, including engineering and construction-related services. The specific nature and value of these past contracts would need to be examined to fully assess their track record with GSA. Factors such as past performance ratings, any disputes or claims, and the successful completion of previous GSA projects are crucial for a comprehensive understanding of their reliability and expertise in fulfilling government requirements.
How does the awarded amount compare to similar elevator design contracts for federal courthouses?
The awarded amount of approximately $202,754 for elevator design at the J. Caleb Boggs Courthouse is within a reasonable range for specialized engineering services on a single facility component. However, direct comparisons are challenging without detailed project scope. Factors influencing cost include the complexity of the existing structure, the type of elevator system being designed (e.g., modernization vs. new installation), specific accessibility requirements (ADA compliance), and the required level of detail in the design documents. Federal contracts for similar A&E services can range from tens of thousands to several hundred thousand dollars, depending heavily on these variables. This contract appears to be for a focused design task rather than a complete overhaul or new construction.
What are the primary risks associated with this elevator design contract?
The primary risks associated with this elevator design contract include potential schedule delays if the design process encounters unforeseen complexities, such as discovering structural limitations or stricter-than-anticipated code compliance issues within the existing courthouse. There's also a risk related to the accuracy and completeness of the design, which could lead to change orders during any subsequent construction phase, increasing costs. Ensuring the chosen firm possesses deep expertise in federal building codes and the specific security and operational needs of a courthouse is critical to mitigate design flaws. Furthermore, effective project management and communication between the GSA, the design firm, and future construction contractors are essential to manage these risks.
How effective is the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' method for this type of specialized engineering service?
The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' method can be effective for specialized engineering services like elevator design when the government has specific requirements that may not be met by all potential offerors. By excluding certain sources, the GSA can focus the competition on firms possessing particular expertise, certifications, or past performance relevant to federal courthouses or complex building systems. This can lead to higher quality proposals and a better-suited contractor. However, it also narrows the competitive pool, potentially limiting price reductions that might occur in a truly unrestricted competition. The effectiveness hinges on whether the exclusions were justified and if sufficient qualified bidders remained to ensure fair market price discovery.
What is the historical spending pattern for elevator-related services at GSA-managed facilities?
Historical spending patterns for elevator-related services at GSA-managed facilities typically show consistent investment in maintenance, repair, and modernization. GSA manages a vast portfolio of federal buildings, many of which are aging and require upgrades to meet modern accessibility standards (like ADA) and safety regulations. Spending can fluctuate based on major capital improvement initiatives, deferred maintenance backlogs, and the age of the building stock. Contracts for elevator design, like this one, are often precursors to larger modernization or replacement projects. Analyzing GSA's historical obligations for elevator maintenance, repair, and capital upgrades would reveal trends in investment and the typical contract values for such services across different regions and building types.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-ENG SVCS - CONSTRUCTION
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: ARCHITECT-ENGINEER FAR 6.102
Solicitation ID: 47PD0224R0042
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1010 KING HWY S BLDG 2 FL 2, CHERRY HILL, NJ, 08034
Business Categories: Category Business, Limited Liability Corporation, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $202,754
Exercised Options: $202,754
Current Obligation: $202,754
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47PD0322D0007
IDV Type: IDC
Timeline
Start Date: 2024-11-04
Current End Date: 2026-04-08
Potential End Date: 2026-04-08 00:00:00
Last Modified: 2026-04-07
More Contracts from Miller-Remick, LLC
- 689-21-122 A/E West Haven Chiller Plant Replacement Design Services — $3.0M (Department of Veterans Affairs)
- AE Project 589A7-21-132 - Construct Centralized Emergency Power System — $2.5M (Department of Veterans Affairs)
- A/E Upgrade of the Steam Distribution System AT Vamc West Haven — $2.0M (Department of Veterans Affairs)
- A/E- Construct NEW Inpatient Pharmacy Design — $1.9M (Department of Veterans Affairs)
- 523A4-20-208 Replace Boilers and Upgrade Controls-Professional Architectural/Engineering Services to Provide Construction Period Services for the Boiler Project — $1.3M (Department of Veterans Affairs)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)