DHS awards $2.1M contract for design services at Barbers Point Air Station, with competition
Contract Overview
Contract Amount: $2,132,204 ($2.1M)
Contractor: Marcy Wong & Donn Logan Architects
Awarding Agency: Department of Homeland Security
Start Date: 2023-09-25
End Date: 2026-09-25
Contract Duration: 1,096 days
Daily Burn Rate: $1.9K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: TO PROVIDE SITE INVESTIGATION SERVICES, DEVELOP DRAWINGS, AND TECHNICAL SPECIFICATIONS AS PART OF A DESIGN-BUILD REQUEST FOR PROPOSALS (D-B RFP) FOR CONSTRUCTION OF NEW FACILITIES AT AIR STATION BARBERS POINT.
Place of Performance
Location: KAPOLEI, HONOLULU County, HAWAII, 96707
State: Hawaii Government Spending
Plain-Language Summary
Department of Homeland Security obligated $2.1 million to MARCY WONG & DONN LOGAN ARCHITECTS for work described as: TO PROVIDE SITE INVESTIGATION SERVICES, DEVELOP DRAWINGS, AND TECHNICAL SPECIFICATIONS AS PART OF A DESIGN-BUILD REQUEST FOR PROPOSALS (D-B RFP) FOR CONSTRUCTION OF NEW FACILITIES AT AIR STATION BARBERS POINT. Key points: 1. Contract focuses on site investigation and technical specifications for a design-build RFP. 2. The firm fixed-price contract aims to ensure cost certainty for the government. 3. Competition was conducted after exclusion of sources, indicating a specific justification for the approach. 4. The project is located in Hawaii, potentially impacting local construction and engineering firms. 5. The U.S. Coast Guard is the end-user, highlighting its infrastructure development needs. 6. The contract duration of nearly three years suggests a comprehensive scope of work.
Value Assessment
Rating: good
The contract value of $2.13 million for site investigation and design services appears reasonable given the scope and duration. Benchmarking against similar design-build preparation contracts is challenging without more specific data on the complexity of the facilities. However, the firm-fixed-price structure suggests the contractor assumes risk for cost overruns, which can be favorable for the government if the initial estimate is accurate. The limited competition aspect (discussed below) might slightly temper the value assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates that while the competition was intended to be open, specific sources were excluded, likely due to pre-existing relationships, specialized capabilities, or a phased approach to a larger project. The number of bidders is not explicitly stated, but the 'exclusion of sources' suggests a more targeted approach than a truly open competition, potentially limiting the breadth of price discovery.
Taxpayer Impact: While the competition was not fully open, the exclusion of sources implies a rationale was documented. Taxpayers benefit from a potentially more efficient process if the excluded sources were indeed the most qualified or if this is a follow-on to a prior phase where these firms were already involved.
Public Impact
The U.S. Coast Guard benefits from the development of new facilities at Air Station Barbers Point. The contract delivers essential site investigation, drawing, and technical specification services. The geographic impact is concentrated in Hawaii, potentially supporting local engineering and architectural jobs. The project supports the Coast Guard's operational readiness and infrastructure modernization efforts. The outcome will inform a subsequent design-build RFP for construction, creating further economic opportunities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The 'exclusion of sources' in the competition method requires careful review to ensure fairness and prevent potential favoritism.
- Lack of detailed performance metrics in the provided data makes it difficult to assess the contractor's past performance or potential risks.
- The firm-fixed-price contract, while good for cost control, could lead to scope creep if not managed meticulously.
Positive Signals
- The contract is firm-fixed-price, which provides cost certainty for the government.
- The project is awarded to a firm with engineering services expertise (NAICS 541330).
- The U.S. Coast Guard's investment in infrastructure at Barbers Point suggests a commitment to long-term operational presence.
- The project is part of a larger design-build initiative, indicating strategic planning.
Sector Analysis
This contract falls within the Engineering Services sector (NAICS 541330), a critical component of the broader Architecture, Engineering, and Construction (AEC) industry. This sector is characterized by specialized expertise in design, planning, and technical consultation. The market size for engineering services supporting federal infrastructure projects is substantial, driven by ongoing modernization and development needs across various agencies. This specific contract supports a design-build approach for new facilities, a common procurement method for federal construction projects aiming for efficiency.
Small Business Impact
The provided data does not indicate any specific small business set-aside provisions for this contract. The prime contractor, Marcy Wong & Donn Logan Architects, is likely a small business itself based on typical firm sizes in this sector, but this is not confirmed. There is no information on subcontracting plans or requirements for small business participation. Future phases of the design-build project may include specific small business subcontracting goals.
Oversight & Accountability
Oversight for this contract would typically fall under the U.S. Coast Guard's contracting and program management offices. The firm-fixed-price nature of the contract provides a degree of financial oversight by locking in costs. Transparency is enhanced through the federal procurement data system, where contract awards are publicly reported. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Federal Design-Build Projects
- Military Base Infrastructure Modernization
- U.S. Coast Guard Facilities
- Engineering and Architectural Services Contracts
- Department of Homeland Security Procurement
Risk Flags
- Limited Competition Justification
- Potential for Unforeseen Site Conditions
- Scope Definition Accuracy
- Contractor Performance Monitoring
Tags
engineering-services, department-of-homeland-security, u.s.-coast-guard, hawaii, firm-fixed-price, limited-competition, design-build, infrastructure, air-station-barbers-point, site-investigation, technical-specifications
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $2.1 million to MARCY WONG & DONN LOGAN ARCHITECTS. TO PROVIDE SITE INVESTIGATION SERVICES, DEVELOP DRAWINGS, AND TECHNICAL SPECIFICATIONS AS PART OF A DESIGN-BUILD REQUEST FOR PROPOSALS (D-B RFP) FOR CONSTRUCTION OF NEW FACILITIES AT AIR STATION BARBERS POINT.
Who is the contractor on this award?
The obligated recipient is MARCY WONG & DONN LOGAN ARCHITECTS.
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 $2.1 million.
What is the period of performance?
Start: 2023-09-25. End: 2026-09-25.
What is the specific rationale for excluding certain sources in the competition process for this contract?
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This procurement method suggests that while the competition was intended to be open to all responsible sources, specific entities were deliberately excluded. The rationale for such exclusions typically stems from factors like prior involvement in related project phases, unique specialized capabilities possessed by the remaining bidders, or a need to streamline the process by focusing on a pre-qualified pool. Without access to the specific justification documentation filed by the agency, the precise reasons remain unstated. However, such exclusions are generally permissible when properly documented and justified to ensure best value or necessary technical expertise for the government.
How does the value of this contract compare to similar site investigation and design specification contracts for federal facilities?
Directly comparing the $2.13 million value of this contract to similar federal site investigation and design specification contracts is challenging without access to a comprehensive database of comparable projects. Factors such as the geographic location (Hawaii's higher construction costs), the complexity of the proposed new facilities, the specific environmental or geological site conditions, and the required level of detail in the technical specifications significantly influence pricing. However, for a project supporting a design-build RFP for new facilities at a military installation, this value appears within a reasonable range, especially considering the nearly three-year duration. The firm-fixed-price nature also suggests the government has a clear cost ceiling.
What are the primary risks associated with this contract for the U.S. Coast Guard?
The primary risks for the U.S. Coast Guard in this contract revolve around the potential for inadequate site investigations leading to unforeseen conditions during the subsequent design-build construction phase, which could cause delays and cost overruns. Another risk is the possibility that the 'exclusion of sources' may have limited the competitive pressure, potentially impacting the final price or innovation. Furthermore, ensuring the technical specifications developed are sufficiently detailed and accurate to support a successful design-build RFP is crucial. Finally, managing the contractor's performance over the 1096-day duration to ensure timely delivery of high-quality design documents is an ongoing risk.
What is the historical spending pattern for engineering services by the U.S. Coast Guard at Air Station Barbers Point?
Analyzing historical spending patterns for engineering services by the U.S. Coast Guard specifically at Air Station Barbers Point requires access to detailed historical contract data. This contract, valued at $2.13 million, is for site investigation and design specifications related to new facilities. It's plausible that previous spending at this location has been for maintenance, repairs, or smaller infrastructure upgrades. A significant investment like this for new facilities suggests a new development phase or a major modernization effort. Without specific historical data, it's difficult to establish a trend, but this award indicates a notable capital investment in the station's infrastructure.
What is the track record of Marcy Wong & Donn Logan Architects with federal contracts, particularly with the Department of Homeland Security or U.S. Coast Guard?
Information regarding the specific track record of Marcy Wong & Donn Logan Architects with federal contracts, particularly with the Department of Homeland Security (DHS) or the U.S. Coast Guard (USCG), is not detailed in the provided data. To assess their track record, one would typically examine their past performance ratings on similar federal projects, the types and values of previous contracts awarded to them, and any history of disputes or contract terminations. Federal procurement databases like SAM.gov or FPDS can provide insights into their contract history. Given this is a firm-fixed-price contract for engineering services, their past success in delivering such services on time and within budget would be a key indicator of their reliability.
How does the 'firm fixed price' contract type influence the risk allocation between the contractor and the government for this project?
The 'firm fixed price' (FFP) contract type allocates the majority of the cost risk to the contractor, Marcy Wong & Donn Logan Architects. This means the contractor is obligated to complete the work for the agreed-upon price, regardless of their actual costs. If their costs exceed the fixed price, their profit margin will decrease, or they may incur a loss. Conversely, if their costs are lower than anticipated, their profit will increase. For the U.S. Coast Guard, this provides significant cost certainty, as the total price is fixed. The government's primary risk under an FFP contract is typically related to the contractor's performance and the quality of the deliverables, rather than cost overruns, assuming the scope is well-defined.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 800 BANCROFT WAY STE 200, BERKELEY, CA, 94710
Business Categories: Asian Pacific American Owned Business, Category Business, Minority Owned 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: $2,132,204
Exercised Options: $2,132,204
Current Obligation: $2,132,204
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 70Z05018DMARDON07
IDV Type: IDC
Timeline
Start Date: 2023-09-25
Current End Date: 2026-09-25
Potential End Date: 2026-09-25 10:35:02
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)