GSA awards $14.6M contract for Fort Myers Federal Building repairs post-Hurricane Ian

Contract Overview

Contract Amount: $14,634,599 ($14.6M)

Contractor: Ross Group Construction Corporation, LLC

Awarding Agency: General Services Administration

Start Date: 2024-07-03

End Date: 2026-11-30

Contract Duration: 880 days

Daily Burn Rate: $16.6K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: DESIGN BUILD SERVICES AT THE FORT MYERS FEDERAL BUILDING AND U.S. COURTHOUSE FOR THE HURRICANE IAN REPAIR PROJECT LOCATED AT 2110 FIRST ST, FORT MYERS, FL 33901-3019

Place of Performance

Location: FORT MYERS, LEE County, FLORIDA, 33901

State: Florida Government Spending

Plain-Language Summary

General Services Administration obligated $14.6 million to ROSS GROUP CONSTRUCTION CORPORATION, LLC for work described as: DESIGN BUILD SERVICES AT THE FORT MYERS FEDERAL BUILDING AND U.S. COURTHOUSE FOR THE HURRICANE IAN REPAIR PROJECT LOCATED AT 2110 FIRST ST, FORT MYERS, FL 33901-3019 Key points: 1. Contract focuses on essential repairs to a critical federal facility. 2. Full and open competition was utilized, suggesting a broad search for qualified contractors. 3. The fixed-price contract type aims to control costs for the government. 4. The project duration is substantial, indicating the complexity of the repairs. 5. The awardee has experience in commercial and institutional building construction. 6. Geographic focus on Florida highlights regional disaster recovery efforts.

Value Assessment

Rating: good

The contract value of $14.6 million for design-build services for hurricane repair appears reasonable given the scope of work for a federal building. Benchmarking against similar large-scale federal building repair projects would provide a more precise assessment, but the fixed-price nature of the contract suggests an effort to establish a clear cost ceiling. The General Services Administration (GSA) typically manages such projects with established cost controls.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that the GSA sought proposals from all responsible sources. This method typically fosters a competitive environment, encouraging multiple bidders to submit proposals. The number of bidders was not specified, but the process suggests a robust competition aimed at securing the best value.

Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it increases the likelihood of receiving competitive pricing and high-quality services by allowing a wide range of qualified contractors to participate.

Public Impact

The primary beneficiaries are federal agencies and personnel who utilize the Fort Myers Federal Building and U.S. Courthouse. The services delivered include design and construction necessary to repair damage caused by Hurricane Ian. The geographic impact is localized to Fort Myers, Florida, supporting the recovery of federal infrastructure in the region. The project will likely involve a significant construction workforce, providing employment opportunities in the local area.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Commercial and Institutional Building Construction sector, a significant segment of the construction industry. Federal building construction and repair projects are a consistent source of work for the industry, often involving complex requirements and stringent oversight. The GSA is a major procurer in this space, managing a vast portfolio of federal properties. Comparable spending benchmarks would involve analyzing other large-scale federal facility repair or renovation contracts managed by GSA or other agencies.

Small Business Impact

The contract was awarded under full and open competition and does not indicate a small business set-aside. There is no explicit mention of subcontracting goals for small businesses within the provided data. This suggests that small businesses may have participated as subcontractors to the prime contractor, but their specific involvement and the overall impact on the small business ecosystem are not detailed in this award notice.

Oversight & Accountability

The General Services Administration (GSA) typically employs robust oversight mechanisms for its construction projects, including regular site inspections, progress reviews, and adherence to established quality assurance protocols. Accountability is managed through the contract terms, performance metrics, and payment schedules. Transparency is generally maintained through public contract awards and reporting. Inspector General jurisdiction would apply if any issues of fraud, waste, or abuse arise.

Related Government Programs

Risk Flags

Tags

construction, gsa, florida, fort-myers, design-build, hurricane-ian-recovery, federal-building, firm-fixed-price, full-and-open-competition, infrastructure-repair

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $14.6 million to ROSS GROUP CONSTRUCTION CORPORATION, LLC. DESIGN BUILD SERVICES AT THE FORT MYERS FEDERAL BUILDING AND U.S. COURTHOUSE FOR THE HURRICANE IAN REPAIR PROJECT LOCATED AT 2110 FIRST ST, FORT MYERS, FL 33901-3019

Who is the contractor on this award?

The obligated recipient is ROSS GROUP CONSTRUCTION CORPORATION, LLC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $14.6 million.

What is the period of performance?

Start: 2024-07-03. End: 2026-11-30.

What is the track record of ROSS GROUP CONSTRUCTION CORPORATION, LLC in completing federal construction projects of similar scale and complexity?

ROSS GROUP CONSTRUCTION CORPORATION, LLC has a history of engaging in commercial and institutional building construction. To assess their track record specifically for federal projects of this magnitude, a review of their past performance on similar government contracts would be necessary. This would involve examining contract completion history, any past performance evaluations, and their experience with federal procurement regulations and requirements. Without specific data on their federal project portfolio, it's difficult to definitively gauge their suitability beyond their general industry classification.

How does the awarded amount of $14.6 million compare to the estimated cost or budget for this hurricane repair project?

The provided data indicates the awarded amount is $14,634,598.56. However, the initial estimated cost or the approved budget for this specific project is not included in the data. To assess value for money, this awarded amount should be compared against the government's independent cost estimate (ICE) or the initial budget allocated for the repairs. If the award is significantly below the ICE, it could indicate strong competition or favorable market conditions. Conversely, if it's at or above the ICE, further scrutiny of the pricing and scope might be warranted.

What are the primary risks associated with the design-build delivery method for this hurricane repair project?

The design-build method, while often efficient, carries inherent risks. For this hurricane repair project, key risks include potential conflicts between design and construction phases if not managed meticulously, leading to delays or cost increases. There's also a risk that the contractor might prioritize cost-saving in design over long-term durability or resilience, especially under a fixed-price contract. Ensuring the design adequately addresses all structural and functional requirements post-hurricane, and that the contractor's proposed design meets or exceeds federal standards, are critical risk mitigation areas.

What is the expected impact of these repairs on the operational capacity and services provided by the Fort Myers Federal Building and U.S. Courthouse?

The repairs are intended to restore the full operational capacity of the Fort Myers Federal Building and U.S. Courthouse, which were presumably compromised by Hurricane Ian. This includes ensuring the structural integrity, functionality of essential building systems (e.g., HVAC, electrical, plumbing), and the safety and usability of spaces for federal agencies and the public. The successful completion of this project is crucial for the resumption or continuation of government services housed within the facility, thereby impacting local community access to these services.

How has GSA's spending on building construction and repair in Florida trended over the past five years, and how does this contract fit into that pattern?

Analyzing GSA's spending trends in Florida over the past five years would require access to historical contract databases. Generally, GSA's spending fluctuates based on infrastructure needs, aging federal facilities, and specific events like natural disasters. This $14.6 million contract for hurricane repair in Fort Myers represents a significant, albeit localized, investment driven by a specific event. It aligns with GSA's mission to maintain federal properties but is likely an exceptional expenditure rather than a routine part of their ongoing Florida construction budget, which would typically cover maintenance, modernization, and smaller renovation projects.

What are the key performance indicators (KPIs) that will be used to evaluate the success of ROSS GROUP CONSTRUCTION CORPORATION, LLC on this project?

While specific KPIs are not detailed in the award notice, typical performance indicators for federal construction projects include adherence to schedule (on-time completion), quality of work (meeting specifications and standards, minimal defects), cost control (staying within the fixed price), safety performance (compliance with OSHA and federal safety regulations), and overall client satisfaction. The GSA's contracting officers and project managers will monitor these areas throughout the project lifecycle, often documented in Contractor Performance Assessment Reporting System (CPARS) reports.

Industry Classification

NAICS: ConstructionNonresidential Building ConstructionCommercial and Institutional Building Construction

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR NONBUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 47PE0324R0001

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 510 E 2ND ST, TULSA, OK, 74120

Business Categories: American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $14,634,599

Exercised Options: $14,634,599

Current Obligation: $14,634,599

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $2,370,165

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47PH0821D0012

IDV Type: IDC

Timeline

Start Date: 2024-07-03

Current End Date: 2026-11-30

Potential End Date: 2027-01-31 00:00:00

Last Modified: 2026-01-27

More Contracts from Ross Group Construction Corporation, LLC

View all Ross Group Construction Corporation, LLC federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending