DoD awards $5.6M contract for relocatable buildings in Farragut, WA, to Doyon Management Services

Contract Overview

Contract Amount: $5,644,044 ($5.6M)

Contractor: Doyon Management Services, LLC

Awarding Agency: Department of Defense

Start Date: 2026-01-05

End Date: 2027-06-24

Contract Duration: 535 days

Daily Burn Rate: $10.6K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 5

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: PROCURE AND INSTALL RELOCATABLE BUILDINGS, FARRAGUT, B850

Place of Performance

Location: BREMERTON, KITSAP County, WASHINGTON, 98314

State: Washington Government Spending

Plain-Language Summary

Department of Defense obligated $5.6 million to DOYON MANAGEMENT SERVICES, LLC for work described as: PROCURE AND INSTALL RELOCATABLE BUILDINGS, FARRAGUT, B850 Key points: 1. The contract is for the procurement and installation of relocatable buildings. 2. Competition was full and open after exclusion of sources, indicating some level of market research. 3. The contract value is $5.64 million over a 535-day period. 4. The sector is Commercial and Institutional Building Construction. 5. The award was a Delivery Order under an existing contract.

Value Assessment

Rating: fair

The contract value of $5.64 million for relocatable buildings appears reasonable given the scope and duration. Benchmarking against similar construction projects would provide a clearer assessment of value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This suggests that while competition was sought, certain sources were excluded, potentially limiting price discovery and optimal market engagement.

Taxpayer Impact: Taxpayer funds are being used for essential infrastructure, with the cost determined through a competitive process, albeit one with exclusions.

Public Impact

Provides necessary facilities for Department of Defense operations. Supports construction industry jobs and economic activity. Ensures operational readiness through timely facility deployment. Potential for future similar contracts based on performance.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The Commercial and Institutional Building Construction sector is vital for government infrastructure. Spending in this sector can fluctuate based on defense needs and broader economic conditions. This contract falls within typical project sizes for facility construction.

Small Business Impact

The data does not indicate whether small businesses were involved as subcontractors or prime contractors in this specific award. Further analysis would be needed to determine small business participation.

Oversight & Accountability

The award was a Delivery Order, suggesting it was placed against a pre-existing contract vehicle. Oversight would focus on the terms of the base contract and the justification for this specific order.

Related Government Programs

Risk Flags

Tags

commercial-and-institutional-building-co, department-of-defense, wa, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $5.6 million to DOYON MANAGEMENT SERVICES, LLC. PROCURE AND INSTALL RELOCATABLE BUILDINGS, FARRAGUT, B850

Who is the contractor on this award?

The obligated recipient is DOYON MANAGEMENT SERVICES, LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Navy).

What is the total obligated amount?

The obligated amount is $5.6 million.

What is the period of performance?

Start: 2026-01-05. End: 2027-06-24.

What was the rationale for excluding specific sources in the competition?

The exclusion of sources in a 'full and open competition after exclusion of sources' award typically stems from specific technical requirements, past performance issues, or pre-qualification criteria. Understanding the exact reasons is crucial to assess if the exclusion was justified and if it potentially limited competitive pricing or innovation.

What are the long-term cost implications of using relocatable buildings versus permanent structures?

Relocatable buildings offer flexibility and faster deployment but may have higher long-term costs due to maintenance, potential replacement needs, and less energy efficiency compared to permanent structures. The initial cost savings must be weighed against the total lifecycle cost for optimal taxpayer value.

How does the firm-fixed-price structure mitigate risks for the government in this construction project?

A firm-fixed-price contract shifts the risk of cost overruns to the contractor. This structure provides budget certainty for the government, as the price is set regardless of the contractor's actual costs. However, it requires careful initial scope definition to avoid change orders.

Industry Classification

NAICS: ConstructionNonresidential Building ConstructionCommercial and Institutional Building Construction

Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIESCONSTRUCTION OF BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 5

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3450 S 344TH WAY STE 100, FEDERAL WAY, WA, 98001

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $5,644,044

Exercised Options: $5,644,044

Current Obligation: $5,644,044

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: N4425523D1604

IDV Type: IDC

Timeline

Start Date: 2026-01-05

Current End Date: 2027-06-24

Potential End Date: 2027-06-24 00:00:00

Last Modified: 2026-01-05

More Contracts from Doyon Management Services, LLC

View all Doyon Management Services, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending