DoD's $505M contract with Fluor Enterprises for Puerto Rico infrastructure shows mixed value and limited competition

Contract Overview

Contract Amount: $505,715,895 ($505.7M)

Contractor: Fluor Enterprises, Inc.

Awarding Agency: Department of Defense

Start Date: 2017-10-15

End Date: 2018-06-12

Contract Duration: 240 days

Daily Burn Rate: $2.1M/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: TIME AND MATERIALS

Sector: Construction

Official Description: IGF::OT::IGF TRANSMISSION AND DISTRIBUTION

Place of Performance

Location: SAN JUAN, SAN JUAN County, PUERTO RICO, 00901

Plain-Language Summary

Department of Defense obligated $505.7 million to FLUOR ENTERPRISES, INC. for work described as: IGF::OT::IGF TRANSMISSION AND DISTRIBUTION Key points: 1. Value for money appears fair, with a significant total award but potential for cost overruns given the contract type. 2. Competition dynamics were limited, raising concerns about price discovery and potential impacts on taxpayer costs. 3. Risk indicators include the time and materials pricing structure, which can lead to unpredictable costs. 4. Performance context is tied to critical infrastructure repair in Puerto Rico, a region with unique logistical challenges. 5. Sector positioning is within the construction and infrastructure repair domain, a vital but often complex area for government spending.

Value Assessment

Rating: fair

The total award of over $505 million for infrastructure work in Puerto Rico is substantial. However, the use of a Time and Materials (T&M) contract type introduces inherent risk for cost control. While Fluor Enterprises is a large, established contractor, the T&M structure means that the final cost is heavily dependent on labor hours and material usage, making direct value-for-money comparisons difficult without detailed cost breakdowns. Benchmarking against similar large-scale disaster recovery or infrastructure projects would be necessary for a more precise assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This contract was awarded under 'Full and Open Competition After Exclusion of Sources,' which suggests that while the initial solicitation may have been broad, specific criteria or circumstances led to the exclusion of some potential bidders. The presence of only two bidders, as indicated by the 'no' field, points to a limited competitive landscape. This reduced competition could potentially lead to less aggressive pricing and fewer innovative solutions compared to a more robust bidding process.

Taxpayer Impact: Limited competition means taxpayers may not have benefited from the most cost-effective pricing that a larger pool of bidders could have offered. The government may have paid a premium due to the restricted number of viable offers.

Public Impact

The primary beneficiaries are the residents and infrastructure of Puerto Rico, receiving critical repairs and upgrades. Services delivered include commercial and institutional building construction and repair, essential for post-disaster recovery. The geographic impact is concentrated in Puerto Rico, addressing specific regional needs. Workforce implications include job creation for construction workers and support personnel in the region.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Commercial and Institutional Building Construction sector, a significant segment of the broader construction industry. The total federal spending on construction services is vast, with agencies like the Department of Defense frequently engaging contractors for infrastructure projects, particularly in support of military installations or post-disaster relief efforts. The market size for large-scale construction and repair is substantial, and contracts of this magnitude often involve major players due to the complexity and resource requirements.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a set-aside provision. However, Fluor Enterprises, as a large prime contractor, may engage small businesses as subcontractors, which would be detailed in their subcontracting plan, but this information is not available in the provided data.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and their representatives within the Department of the Army. The contract type (Time and Materials) necessitates close monitoring of labor hours and material costs to ensure reasonableness and allocability. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected. Transparency is generally facilitated through contract databases like FPDS, but detailed performance and cost oversight are internal agency functions.

Related Government Programs

Risk Flags

Tags

defense, department-of-defense, department-of-the-army, construction, commercial-and-institutional-building-construction, puerto-rico, full-and-open-competition-after-exclusion-of-sources, delivery-order, time-and-materials, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $505.7 million to FLUOR ENTERPRISES, INC.. IGF::OT::IGF TRANSMISSION AND DISTRIBUTION

Who is the contractor on this award?

The obligated recipient is FLUOR ENTERPRISES, INC..

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $505.7 million.

What is the period of performance?

Start: 2017-10-15. End: 2018-06-12.

What is Fluor Enterprises' track record with similar large-scale government construction contracts, particularly in challenging environments?

Fluor Enterprises, Inc. has a significant history of undertaking large-scale government contracts, including extensive work for the Department of Defense and other federal agencies. They have been involved in major infrastructure projects, base construction, and facility maintenance globally. Their experience often includes complex logistical challenges, similar to those encountered in Puerto Rico. While specific performance metrics for past contracts are not detailed here, their continued selection for large awards suggests a generally satisfactory performance history. However, a deeper dive into past contract performance reviews, past performance questionnaires, and any documented disputes or terminations would be necessary for a comprehensive assessment of their track record in challenging environments.

How does the Time and Materials (T&M) pricing structure compare to other contract types for similar infrastructure repair projects in terms of cost predictability?

Time and Materials (T&M) contracts are known for their flexibility, allowing for scope changes and unforeseen issues to be addressed more easily. However, they offer the least cost predictability for the government. Unlike fixed-price contracts, where the total cost is determined upfront, T&M contracts reimburse the contractor for direct labor hours at specified rates and for the actual cost of materials, plus a fee or profit. This makes the final cost highly variable and dependent on the duration and effort required. For infrastructure repair, especially in post-disaster scenarios where conditions can be unpredictable, T&M can be advantageous for adapting to unknown challenges. However, it places a greater burden on government oversight to monitor hours and material costs diligently to prevent cost overruns and ensure fair pricing compared to more defined contract types like Firm-Fixed-Price (FFP) or Cost-Plus-Fixed-Fee (CPFF).

What were the specific reasons for excluding other potential sources in this 'Full and Open Competition After Exclusion of Sources' award?

The designation 'Full and Open Competition After Exclusion of Sources' (FACCES) typically implies that the solicitation was initially intended for broad competition, but specific circumstances or requirements led to the exclusion of certain types of offerors or specific companies. Common reasons for exclusion can include stringent pre-qualification requirements (e.g., specific certifications, past performance on highly specialized projects, or unique technical capabilities), national security concerns, or the need for a specific type of security clearance not held by all potential bidders. In the context of large infrastructure projects, it might also relate to the contractor's ability to mobilize significant resources, equipment, and personnel rapidly in a specific geographic area, particularly after a disaster. Without further details on the solicitation's specific requirements or justifications documented by the agency, the precise reasons for excluding other sources remain speculative but likely relate to specialized capabilities or pre-qualification criteria.

What is the estimated cost per square foot or per unit of work completed under this contract, and how does it benchmark against industry standards?

Determining a precise cost per square foot or per unit of work for this contract is challenging without detailed breakdowns of the specific construction or repair tasks performed. The contract covers a broad range of 'Commercial and Institutional Building Construction' activities, which can vary significantly in cost depending on the nature of the work (e.g., new construction, renovation, repair of specific systems like HVAC or electrical). Furthermore, the Time and Materials pricing structure means the final cost is not fixed per unit but based on actual effort. To benchmark, one would need to identify specific, comparable sub-projects within the larger contract (e.g., cost to repair a specific type of roof, renovate a certain square footage of office space) and compare those costs to industry data from sources like RSMeans or other construction cost estimators, adjusted for geographic location (Puerto Rico) and the specific complexities of the project.

How has federal spending on infrastructure repair in Puerto Rico trended over the past five years, and does this contract represent a significant deviation?

Federal spending on infrastructure repair in Puerto Rico has seen significant fluctuations, particularly following major natural disasters such as Hurricanes Irma and Maria in 2017. In the years immediately following these events, federal obligations for recovery and reconstruction surged dramatically. This $505 million contract, awarded in late 2017, falls squarely within that period of heightened activity. While substantial, it is not necessarily an outlier when viewed against the backdrop of massive federal investment required for the island's recovery. However, tracking spending trends requires analyzing obligations across multiple agencies (FEMA, DoD, HUD, etc.) and project types. This specific contract represents a significant single award for construction services, but the overall federal commitment to Puerto Rico's infrastructure recovery has been a multi-billion dollar effort spread over several years.

Industry Classification

NAICS: ConstructionNonresidential Building ConstructionCommercial and Institutional Building Construction

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR NONBUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Offers Received: 2

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Parent Company: Fluor Corporation

Address: 100 FLUOR DANIEL DR, GREENVILLE, SC, 29607

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

Financial Breakdown

Contract Ceiling: $505,715,895

Exercised Options: $505,715,895

Current Obligation: $505,715,895

Subaward Activity

Number of Subawards: 169

Total Subaward Amount: $907,932,031

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: W912DY15G0007

IDV Type: BOA

Timeline

Start Date: 2017-10-15

Current End Date: 2018-06-12

Potential End Date: 2018-06-12 00:00:00

Last Modified: 2022-04-01

More Contracts from Fluor Enterprises, Inc.

View all Fluor Enterprises, Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending