Coast Guard Awards $12.8M Pier Upgrade Contract in Hawaii to Duwamish-Pacific Joint Venture
Contract Overview
Contract Amount: $12,842,194 ($12.8M)
Contractor: Duwamish-Pacific Joint Venture
Awarding Agency: Department of Homeland Security
Start Date: 2024-08-13
End Date: 2027-02-25
Contract Duration: 926 days
Daily Burn Rate: $13.9K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 23
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: BASE HONOLULU WLB MOORING AND STRUCTURAL PIER UPGRADES HONOLULU, HI
Place of Performance
Location: HONOLULU, HONOLULU County, HAWAII, 96801
State: Hawaii Government Spending
Plain-Language Summary
Department of Homeland Security obligated $12.8 million to DUWAMISH-PACIFIC JOINT VENTURE for work described as: BASE HONOLULU WLB MOORING AND STRUCTURAL PIER UPGRADES HONOLULU, HI Key points: 1. Contract awarded for essential mooring and structural pier upgrades at Joint Base Pearl Harbor-Hickam. 2. Duwamish-Pacific Joint Venture secured the $12.8 million contract. 3. The project falls under the Commercial and Institutional Building Construction sector. 4. Competition was full and open after exclusion of sources, suggesting a competitive bidding process.
Value Assessment
Rating: good
The contract value of $12.8 million appears reasonable for significant pier upgrades. Benchmarking against similar large-scale maritime construction projects would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' indicates a competitive process was used, likely leading to fair market pricing. This method aims to maximize competition while potentially addressing specific source requirements.
Taxpayer Impact: Taxpayer funds are being used for critical infrastructure improvements, ensuring operational readiness for the U.S. Coast Guard.
Public Impact
Enhances critical maritime infrastructure for U.S. Coast Guard operations. Supports military readiness and national security in the Pacific region. Provides economic stimulus through construction activities in Hawaii.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns in large construction projects.
- Dependence on a single joint venture for project completion.
Positive Signals
- Addresses critical infrastructure needs.
- Utilizes a competitive bidding process.
- Supports regional economic activity.
Sector Analysis
This contract falls within the construction sector, specifically for institutional buildings and infrastructure. Spending benchmarks for similar maritime construction projects are typically high due to specialized requirements and materials.
Small Business Impact
The contract was awarded to Duwamish-Pacific Joint Venture. Analysis is needed to determine the extent of small business participation within this joint venture or as subcontractors.
Oversight & Accountability
The U.S. Coast Guard, as the procuring agency, is responsible for oversight. Contract performance will be monitored to ensure adherence to scope, schedule, and budget.
Related Government Programs
- Commercial and Institutional Building Construction
- Department of Homeland Security Contracting
- U.S. Coast Guard Programs
Risk Flags
- Infrastructure criticality
- Long-term operational impact
- Competitive award process
- Geographic location (Pacific theater)
Tags
commercial-and-institutional-building-co, department-of-homeland-security, hi, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $12.8 million to DUWAMISH-PACIFIC JOINT VENTURE. BASE HONOLULU WLB MOORING AND STRUCTURAL PIER UPGRADES HONOLULU, HI
Who is the contractor on this award?
The obligated recipient is DUWAMISH-PACIFIC JOINT VENTURE.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Coast Guard).
What is the total obligated amount?
The obligated amount is $12.8 million.
What is the period of performance?
Start: 2024-08-13. End: 2027-02-25.
What is the specific scope of the 'mooring and structural pier upgrades' and how do they enhance operational capabilities?
The upgrades likely involve reinforcing existing structures, replacing aging components, and potentially modernizing mooring facilities to accommodate current and future Coast Guard vessels. Enhanced capabilities could include increased load-bearing capacity, improved safety, and better accessibility for maintenance and deployment, directly supporting the Coast Guard's maritime security and operational missions.
What are the primary risks associated with this large-scale construction project, and what mitigation strategies are in place?
Key risks include potential construction delays due to weather or unforeseen site conditions, material cost fluctuations, and labor shortages. Mitigation strategies typically involve detailed project planning, contingency budgeting, robust contract management, and close collaboration between the Coast Guard and the contractor to address issues proactively.
How effectively will these pier upgrades contribute to the long-term operational readiness and efficiency of the U.S. Coast Guard in Hawaii?
The upgrades are expected to significantly improve the long-term readiness by ensuring the structural integrity and functionality of critical pier infrastructure. This will reduce maintenance downtime, enhance vessel safety, and support more efficient deployment and operations, directly contributing to the Coast Guard's effectiveness in its diverse missions.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Commercial and Institutional Building Construction
Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIES › CONSTRUCTION OF BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 70Z04724RPCNI0002
Offers Received: 23
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 6627 ELLIS AVE S, SEATTLE, WA, 98108
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $12,842,194
Exercised Options: $12,842,194
Current Obligation: $12,842,194
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70Z04724DPCNI0001
IDV Type: IDC
Timeline
Start Date: 2024-08-13
Current End Date: 2027-02-25
Potential End Date: 2027-02-25 05:47:33
Last Modified: 2026-02-18
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)