GSA Awards $41.6M for San Ysidro Port of Entry Design Amidst Full and Open Competition
Contract Overview
Contract Amount: $41,569,762 ($41.6M)
Contractor: THE Miller/Hull Partnership, LLP
Awarding Agency: General Services Administration
Start Date: 2009-12-16
End Date: 2020-05-29
Contract Duration: 3,817 days
Daily Burn Rate: $10.9K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 10
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: TASK ORDER ISSUED TO PROVIDE ARCHITECTURAL/ENGINEERGIN (A/E) DESIGN SERVICES FOR THE EXPANSION & RECONFIGURATION PROJECT AT THE SAN YSIDRO LAND PORT OF ENTRY (LPOE) IN SAN DIEGO, CALIFORNIA.
Place of Performance
Location: SAN YSIDRO, SAN DIEGO County, CALIFORNIA, 92173
Plain-Language Summary
General Services Administration obligated $41.6 million to THE MILLER/HULL PARTNERSHIP, LLP for work described as: TASK ORDER ISSUED TO PROVIDE ARCHITECTURAL/ENGINEERGIN (A/E) DESIGN SERVICES FOR THE EXPANSION & RECONFIGURATION PROJECT AT THE SAN YSIDRO LAND PORT OF ENTRY (LPOE) IN SAN DIEGO, CALIFORNIA. Key points: 1. Significant investment in critical infrastructure at a major US-Mexico border crossing. 2. Competition method indicates a potentially robust market for architectural services. 3. Long duration suggests complex project scope and potential for cost escalation. 4. Firm Fixed Price contract type offers cost certainty but may limit flexibility.
Value Assessment
Rating: good
The $41.6 million contract for architectural design services is substantial. Benchmarking against similar large-scale public infrastructure design projects is necessary to fully assess value, but the firm fixed price suggests an attempt at cost control.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The use of full and open competition is a positive indicator for price discovery and market engagement. This method allows all qualified firms to bid, theoretically driving down costs and ensuring the best value is selected.
Taxpayer Impact: The competitive process aims to ensure taxpayer funds are used efficiently for essential infrastructure improvements.
Public Impact
Enhances border security and trade facilitation by modernizing a key port of entry. Supports economic activity by improving the flow of goods and people. Creates jobs in design, engineering, and future construction phases. Improves the physical infrastructure and operational efficiency of a critical federal facility.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long contract duration (over 10 years) increases risk of scope creep and cost overruns.
- Potential for unforeseen site conditions or design challenges at a large, complex facility.
- Reliance on a single firm for extensive design services over a prolonged period.
Positive Signals
- Firm Fixed Price contract provides cost certainty.
- Full and open competition suggests a competitive market.
- Project addresses a critical national infrastructure need.
Sector Analysis
This contract falls within the Architectural Services sector, specifically for large-scale public infrastructure. Spending benchmarks for similar port of entry or major federal building designs would provide further context for the $41.6 million award.
Small Business Impact
The data indicates this contract was not awarded to small businesses, as 'sb' is false. Further analysis would be needed to determine if subcontracting opportunities were made available to small businesses.
Oversight & Accountability
The General Services Administration (GSA) is responsible for overseeing this project. The long duration and significant value warrant close monitoring to ensure adherence to scope, budget, and timeline, with regular reporting to track progress and identify risks.
Related Government Programs
- Architectural Services
- General Services Administration Contracting
- Public Buildings Service Programs
Risk Flags
- Long contract duration increases risk.
- Potential for scope creep over a decade.
- Lack of small business awardee.
- High contract value requires diligent oversight.
Tags
architectural-services, general-services-administration, ca, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $41.6 million to THE MILLER/HULL PARTNERSHIP, LLP. TASK ORDER ISSUED TO PROVIDE ARCHITECTURAL/ENGINEERGIN (A/E) DESIGN SERVICES FOR THE EXPANSION & RECONFIGURATION PROJECT AT THE SAN YSIDRO LAND PORT OF ENTRY (LPOE) IN SAN DIEGO, CALIFORNIA.
Who is the contractor on this award?
The obligated recipient is THE MILLER/HULL PARTNERSHIP, LLP.
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $41.6 million.
What is the period of performance?
Start: 2009-12-16. End: 2020-05-29.
What is the estimated total cost of the entire San Ysidro LPOE expansion and reconfiguration project, and how does this design contract cost compare to similar large-scale infrastructure projects?
The provided data only details the architectural/engineering design services contract at $41.6 million. The total project cost for the expansion and reconfiguration is not specified. To assess value, this $41.6 million figure should be compared against industry benchmarks for design services on comparable large-scale federal infrastructure projects, considering factors like square footage, complexity, and location.
Given the 10-year duration, what mechanisms are in place to manage potential cost increases due to inflation, material price volatility, or scope creep?
The contract is Firm Fixed Price (FFP), which generally shifts the risk of cost increases to the contractor. However, for such a long duration, contract modifications or contingency planning might be necessary if significant unforeseen circumstances arise. The GSA's oversight would be crucial in managing any proposed changes and ensuring they align with the original objectives and budget constraints.
How effectively did the full and open competition process identify and select the most qualified firm, and what was the range of bids received?
The data confirms 'full and open competition' was utilized, suggesting a broad solicitation. However, it does not provide details on the number of bids received or the evaluation process. To assess effectiveness, one would need to examine the bid range and the criteria used by the GSA's Public Buildings Service to determine that The Miller/Hull Partnership, LLP offered the best value.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Architectural Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-ENG SVCS - GENERAL
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 10
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 71 COLUMBIA ST STE 600, SEATTLE, WA, 98104
Business Categories: Category Business, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $41,569,762
Exercised Options: $41,569,762
Current Obligation: $41,569,762
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Parent Contract
Parent Award PIID: GS07P09HHD0023
IDV Type: IDC
Timeline
Start Date: 2009-12-16
Current End Date: 2020-05-29
Potential End Date: 2020-05-29 00:00:00
Last Modified: 2020-05-26
More Contracts from THE Miller/Hull Partnership, LLP
- Miscellaneous Design Services. Igf::ot::igf — $30.2M (Department of State)
- Project Development and Design Services for a NEW Embassy Compound Site Technical DUE Diligence in Banjul the Gambia — $2.4M (Department of State)
- CM Services for Canopy Construction Requirement — $388.3K (General Services Administration)
View all THE Miller/Hull Partnership, LLP federal contracts →
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)