Interior's $22M Willow Beach facility upgrade awarded to Interstate Rock Products, Inc. for flood protection

Contract Overview

Contract Amount: $22,052,806 ($22.1M)

Contractor: Interstate Rock Products, Inc.

Awarding Agency: Department of the Interior

Start Date: 2009-02-27

End Date: 2011-05-06

Contract Duration: 798 days

Daily Burn Rate: $27.6K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 13

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: REDEVELOP VISITOR FACILITIES AND INSTALL FLASH FLOOD PROTECTION, WILLOW BEACH, LAKE MEAD NATIONAL RECREATION AREA

Place of Performance

Location: BOULDER CITY, CLARK County, NEVADA, 89005, UNITED STATES OF AMERICA

State: Nevada Government Spending

Plain-Language Summary

Department of the Interior obligated $22.1 million to INTERSTATE ROCK PRODUCTS, INC. for work described as: REDEVELOP VISITOR FACILITIES AND INSTALL FLASH FLOOD PROTECTION, WILLOW BEACH, LAKE MEAD NATIONAL RECREATION AREA Key points: 1. Contract value appears reasonable for heavy civil engineering and construction, considering the scope of visitor facility redevelopment and flood protection. 2. Full and open competition suggests a competitive bidding process, potentially leading to better pricing for the government. 3. The contract duration of 798 days indicates a substantial project requiring significant planning and execution. 4. Fixed-price contract type shifts cost risk to the contractor, which can be beneficial if managed effectively. 5. Project location in a National Recreation Area highlights potential environmental and logistical considerations. 6. The award to a single contractor implies successful navigation of the competitive process.

Value Assessment

Rating: good

The contract value of approximately $22 million for redeveloping visitor facilities and installing flash flood protection at Willow Beach is within a reasonable range for heavy civil engineering projects of this nature. Without specific benchmarks for similar projects within national park systems, a direct per-unit cost comparison is difficult. However, the scope includes significant construction and infrastructure work, suggesting the price reflects the complexity and scale. The firm fixed-price nature of the contract also implies that the contractor has assessed the risks and costs associated with the project and has submitted a bid accordingly.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. The presence of 13 bids suggests a healthy level of interest and competition for this project. A higher number of bidders generally leads to more competitive pricing and a greater likelihood that the government will receive the best value. The agency's decision to pursue full and open competition aligns with federal procurement regulations aimed at maximizing competition.

Taxpayer Impact: The extensive competition for this contract is beneficial for taxpayers as it likely drove down the final price, ensuring that federal funds were used efficiently to achieve the project's objectives.

Public Impact

Visitors to Lake Mead National Recreation Area, specifically at Willow Beach, will benefit from improved and safer facilities. The project delivers essential infrastructure upgrades, including flash flood protection, enhancing the safety and usability of the area. The geographic impact is localized to Willow Beach, Nevada, improving a specific recreational site. The project likely involved local and regional construction workforce, providing employment opportunities during the contract period.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the 'Other Heavy and Civil Engineering Construction' sector, which encompasses a wide range of infrastructure projects. The market for such services is substantial, driven by government needs for public works, transportation, and recreational facilities. The National Park Service, as part of the Department of the Interior, frequently procures construction services to maintain and improve its vast network of parks and facilities. Benchmarking this specific contract's value against broader construction indices would require detailed cost breakdowns, but the award reflects typical government investment in park infrastructure.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Interstate Rock Products, Inc. is likely a larger entity. There is no explicit information on subcontracting plans for small businesses within this data. The absence of a small business set-aside means that opportunities for small businesses to participate in this specific contract may be limited unless they are part of the prime contractor's supply chain or are engaged as subcontractors by Interstate Rock Products, Inc.

Oversight & Accountability

Oversight for this contract would typically be managed by the National Park Service contracting officer and project managers. They are responsible for monitoring progress, ensuring compliance with contract terms, and approving payments. Given the nature of construction projects, regular site inspections and progress reports are standard oversight mechanisms. Accountability is tied to the firm fixed-price contract, where the contractor is responsible for delivering the specified work within the agreed-upon price. Transparency is generally maintained through contract award databases and public reporting, though detailed project-specific oversight activities may not always be publicly disclosed.

Related Government Programs

Risk Flags

Tags

construction, heavy-and-civil-engineering, department-of-the-interior, national-park-service, firm-fixed-price, full-and-open-competition, nevada, visitor-facilities, flood-protection, infrastructure-project, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $22.1 million to INTERSTATE ROCK PRODUCTS, INC.. REDEVELOP VISITOR FACILITIES AND INSTALL FLASH FLOOD PROTECTION, WILLOW BEACH, LAKE MEAD NATIONAL RECREATION AREA

Who is the contractor on this award?

The obligated recipient is INTERSTATE ROCK PRODUCTS, INC..

Which agency awarded this contract?

Awarding agency: Department of the Interior (National Park Service).

What is the total obligated amount?

The obligated amount is $22.1 million.

What is the period of performance?

Start: 2009-02-27. End: 2011-05-06.

What is the track record of Interstate Rock Products, Inc. with federal contracts, particularly with the Department of the Interior or National Park Service?

Interstate Rock Products, Inc. has a history of federal contract awards, primarily with agencies involved in construction and infrastructure. While specific details on their performance metrics for past contracts are not provided in this dataset, their ability to win a competitive bid for a project of this magnitude suggests they meet the qualifications and experience required by the government. A deeper dive into their contract history, including any past performance evaluations or disputes, would be necessary for a comprehensive assessment of their track record. However, winning a full and open competition award indicates they were deemed a capable and responsible source at the time of award.

How does the awarded amount of $22,052,805.57 compare to similar visitor facility redevelopment and flood protection projects within the National Park Service or other federal land management agencies

Comparing this contract's value requires access to a database of similar projects with detailed scopes of work and locations. However, $22 million for redeveloping visitor facilities and installing significant flood protection in a challenging environment like a national park is not unusual. Projects involving heavy civil engineering, site preparation, construction of new structures, and specialized protective measures often incur substantial costs. Factors such as remoteness, environmental regulations, and the need for durable, long-lasting infrastructure contribute to the overall price. Without specific comparable project data, it's difficult to definitively state if this represents a premium or a bargain, but it falls within a plausible range for the described scope.

What are the primary risks associated with this specific contract, and how were they likely mitigated by the National Park Service and Interstate Rock Products, Inc.?

Key risks for this contract include potential cost overruns due to unforeseen site conditions (geological, environmental), delays caused by weather or permitting, and ensuring the long-term effectiveness of the flood protection measures. The National Park Service likely mitigated these by conducting thorough site assessments prior to bidding, specifying clear performance requirements, and including contingency planning in the project scope. Interstate Rock Products, Inc., operating under a firm fixed-price contract, would have mitigated risks by conducting detailed cost estimations, including their own contingencies, and developing robust project management plans. The competitive bidding process itself also serves as a risk mitigation tool, as multiple bidders would have assessed and priced these risks.

What is the expected effectiveness of the completed visitor facilities and flash flood protection in enhancing visitor safety and experience at Willow Beach?

The redevelopment of visitor facilities is expected to enhance the visitor experience by providing modern, accessible, and well-maintained amenities. The installation of flash flood protection is critical for ensuring visitor safety, particularly in areas prone to sudden, dangerous water level changes. This infrastructure upgrade should allow for more reliable and secure access to recreational opportunities at Willow Beach, reducing the risk of injury or disruption due to flooding events. The long-term effectiveness will depend on the quality of construction and ongoing maintenance, but the primary goal is to create a safer and more enjoyable environment for park visitors.

How has federal spending on similar heavy and civil engineering construction projects within the Department of the Interior trended over the past decade?

Federal spending on heavy and civil engineering construction within the Department of the Interior has generally trended upwards over the past decade, driven by an increasing need to maintain and upgrade aging infrastructure across its vast network of parks, refuges, and public lands. Factors such as deferred maintenance, increased visitation, and a greater emphasis on climate resilience (including flood protection) have contributed to this trend. While specific annual figures fluctuate based on appropriations and project priorities, there has been a sustained focus on investing in infrastructure renewal. This contract aligns with that broader departmental strategy of addressing infrastructure needs.

What is the significance of the contract type (Firm Fixed Price) in relation to the project's scope and potential for cost certainty?

The Firm Fixed Price (FFP) contract type is significant because it establishes a final price for the work to be performed. This shifts the majority of the cost risk from the government to the contractor, Interstate Rock Products, Inc. For a project with a well-defined scope, like redeveloping facilities and installing specific flood protection, FFP provides the highest degree of cost certainty for the government. The contractor is obligated to complete the work for the agreed-upon price, regardless of their actual costs. This encourages the contractor to manage their resources efficiently and control costs. However, it also means the government has less flexibility to make changes without potentially incurring additional costs or formal contract modifications.

Industry Classification

NAICS: ConstructionOther Heavy and Civil Engineering ConstructionOther Heavy and Civil Engineering Construction

Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIESCONSTRUCT NONBUILDING FACILITIES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Offers Received: 13

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 42 S 850 W STE 201, HURRICANE, UT, 84737

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $22,052,806

Exercised Options: $22,052,806

Current Obligation: $22,052,806

Timeline

Start Date: 2009-02-27

Current End Date: 2011-05-06

Potential End Date: 2011-05-06 00:00:00

Last Modified: 2015-06-23

More Contracts from Interstate Rock Products, Inc.

View all Interstate Rock Products, Inc. federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending