DOT awards $2.1M for Estes Park Loop engineering, with 6 bidders vying for the task order

Contract Overview

Contract Amount: $2,108,025 ($2.1M)

Contractor: Rocksol Consulting Group, Inc.

Awarding Agency: Department of Transportation

Start Date: 2022-12-20

End Date: 2027-04-02

Contract Duration: 1,564 days

Daily Burn Rate: $1.3K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 6

Pricing Type: FIRM FIXED PRICE

Sector: Transportation

Official Description: CO FLAP US36(1) DOWNTOWN ESTES PARK LOOP COTA/CI TASK ORDER

Place of Performance

Location: ESTES PARK, LARIMER County, COLORADO, 80517

State: Colorado Government Spending

Plain-Language Summary

Department of Transportation obligated $2.1 million to ROCKSOL CONSULTING GROUP, INC. for work described as: CO FLAP US36(1) DOWNTOWN ESTES PARK LOOP COTA/CI TASK ORDER Key points: 1. The contract's firm-fixed-price structure offers cost certainty for the government. 2. A high number of bidders suggests a competitive market for these engineering services. 3. The contract duration of over four years indicates a significant, long-term project. 4. The task order was awarded under a larger contract, suggesting potential for follow-on work. 5. The geographic focus on Colorado highlights regional infrastructure development priorities. 6. The engineering services category is crucial for the planning and execution of transportation projects.

Value Assessment

Rating: good

The awarded amount of $2.1 million for engineering services appears reasonable given the contract's duration and scope. Benchmarking against similar task orders for large-scale transportation engineering projects would provide a more precise value assessment. The firm-fixed-price contract type generally indicates that the government has secured a defined price for the services, which is a positive indicator for value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This task order was awarded under full and open competition, with six bidders submitting proposals. The presence of multiple bidders indicates a healthy level of competition for this engineering services contract. This competitive environment likely contributed to achieving a fair market price for the services required for the Estes Park Loop project.

Taxpayer Impact: The robust competition for this task order is beneficial for taxpayers, as it helps ensure that the government is not overpaying for essential engineering services and that a wide range of qualified firms had the opportunity to compete.

Public Impact

The primary beneficiaries are the residents and visitors of Estes Park, Colorado, who will experience improved transportation infrastructure. The services delivered include critical engineering design and planning for the Downtown Estes Park Loop. The geographic impact is concentrated in Estes Park, Colorado, addressing local transportation needs. The contract supports specialized engineering jobs within the transportation sector.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The engineering services sector is vital for the planning, design, and oversight of public infrastructure projects. This contract falls within the broader transportation infrastructure market, which is a significant area of federal and state spending. Comparable spending benchmarks for large-scale road and loop design projects can vary widely based on complexity and location, but this $2.1 million task order represents a substantial investment in local infrastructure.

Small Business Impact

The data indicates this contract was awarded under full and open competition and does not specify any small business set-aside. Therefore, there is no direct indication of small business subcontracting requirements or specific benefits to the small business ecosystem from this particular award. Further analysis of the prime contractor's subcontracting plan would be needed to assess small business impact.

Oversight & Accountability

Oversight for this contract would typically be managed by the Federal Highway Administration (FHWA) contracting officer and project managers. Accountability measures are embedded in the firm-fixed-price contract terms, requiring delivery of specified engineering services. Transparency is generally maintained through contract award databases and public reporting, though specific project details may be subject to internal agency procedures.

Related Government Programs

Risk Flags

Tags

transportation, federal-highway-administration, colorado, engineering-services, task-order, firm-fixed-price, full-and-open-competition, medium-value, infrastructure, design-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $2.1 million to ROCKSOL CONSULTING GROUP, INC.. CO FLAP US36(1) DOWNTOWN ESTES PARK LOOP COTA/CI TASK ORDER

Who is the contractor on this award?

The obligated recipient is ROCKSOL CONSULTING GROUP, INC..

Which agency awarded this contract?

Awarding agency: Department of Transportation (Federal Highway Administration).

What is the total obligated amount?

The obligated amount is $2.1 million.

What is the period of performance?

Start: 2022-12-20. End: 2027-04-02.

What is the track record of RockSolid Consulting Group, Inc. with federal contracts, particularly with the Department of Transportation?

A review of federal procurement data indicates that RockSolid Consulting Group, Inc. has been awarded multiple federal contracts, primarily within the engineering services domain. Their history with the Department of Transportation, and specifically the Federal Highway Administration, would need to be examined to assess their performance on similar projects. Key metrics to consider include past performance ratings, any instances of contract disputes or terminations, and their success in delivering projects on time and within budget. Understanding their experience with task orders under larger indefinite-delivery/indefinite-quantity (IDIQ) contracts would also be relevant for this specific award.

How does the $2.1 million cost compare to similar engineering services task orders for transportation projects of this scale?

Benchmarking the $2.1 million cost requires comparing it to task orders for similar engineering services on transportation projects of comparable scope and complexity. Factors such as the specific engineering disciplines required (e.g., civil, structural, environmental), the geographic location (which impacts labor rates and site conditions), and the project's duration are critical. A preliminary assessment suggests that for a multi-year task order involving significant design and planning for a loop project, this amount is within a reasonable range. However, a detailed analysis would involve identifying comparable contracts awarded by the FHWA or state DOTs over the past few years and analyzing their total values and durations.

What are the primary risks associated with this contract, and how are they being mitigated?

Primary risks for this contract include potential schedule delays due to unforeseen site conditions, scope creep if project requirements evolve, and contractor performance issues. Mitigation strategies are likely embedded within the contract terms. The firm-fixed-price structure helps mitigate cost overrun risks for the government. The FHWA's oversight, including regular progress reviews and quality assurance checks, aims to address performance and scope management. The selection process under full and open competition also serves to mitigate the risk of selecting an unqualified contractor. Clear communication channels and a robust change management process are essential for managing scope and schedule risks.

How effective is the firm-fixed-price contract type in ensuring value for money on this specific project?

The firm-fixed-price (FFP) contract type is generally considered effective in ensuring value for money when the scope of work is well-defined and risks are manageable. For this engineering services task order, the FFP structure provides cost certainty to the government, as the contractor assumes the risk of cost overruns. This incentivizes the contractor to manage resources efficiently and control costs. The value for money is further supported by the competitive bidding process, which should drive down prices. However, the effectiveness hinges on the clarity of the statement of work; if the scope is ambiguous, it could lead to disputes or change orders, potentially eroding the value proposition of the FFP structure.

What is the historical spending pattern for engineering services by the Federal Highway Administration in Colorado?

Analyzing historical spending patterns for engineering services by the Federal Highway Administration (FHWA) in Colorado would provide context for this $2.1 million task order. This would involve examining FHWA's contract awards in Colorado over several fiscal years, focusing on contracts categorized under engineering services (NAICS code 541330). Key data points to look for include the average contract value, the number of contracts awarded annually, and the types of projects funded. Understanding this historical data can help determine if this award is consistent with previous spending levels, if it represents an increase or decrease in investment, and how it compares to the overall federal investment in Colorado's transportation infrastructure.

What are the implications of awarding this task order under a larger contract for future competition and pricing?

Awarding this task order under a larger, potentially indefinite-delivery/indefinite-quantity (IDIQ) contract has several implications. Firstly, it suggests that the initial contract vehicle was itself competed, likely under full and open competition, establishing a baseline for pricing and performance. For this specific task order, the competition among six bidders indicates that the market is responsive to opportunities under the parent contract. However, the existence of a parent contract might limit the scope of future task orders if they are all bundled under the same vehicle. It also means that future competition for similar services might be channeled through the same contract vehicle, potentially reducing the number of new, standalone competitions.

Industry Classification

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

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 6

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 12076 GRANT STREET, THORNTON, CO, 80241

Business Categories: Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Minority Owned Business, Other Minority Owned Business, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $2,108,025

Exercised Options: $2,108,025

Current Obligation: $2,108,025

Actual Outlays: $1,920,390

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 6982AF21D000002

IDV Type: IDC

Timeline

Start Date: 2022-12-20

Current End Date: 2027-04-02

Potential End Date: 2027-04-02 00:00:00

Last Modified: 2026-04-03

More Contracts from Rocksol Consulting Group, Inc.

View all Rocksol Consulting Group, Inc. federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending