Interior Department awards $14.6M for vehicle upfitting, with limited competition
Contract Overview
Contract Amount: $14,599 ($14.6K)
Contractor: DAY Management Corp.
Awarding Agency: Department of the Interior
Start Date: 2026-04-09
End Date: 2026-06-01
Contract Duration: 53 days
Daily Burn Rate: $275/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: OR-REFUGE LAW EN-VEHICLE UPFIT
Place of Performance
Location: PORTLAND, MULTNOMAH County, OREGON, 97232
State: Oregon Government Spending
Plain-Language Summary
Department of the Interior obligated $14,599.26 to DAY MANAGEMENT CORP. for work described as: OR-REFUGE LAW EN-VEHICLE UPFIT Key points: 1. The contract value represents a significant investment in specialized vehicle modifications. 2. Limited competition suggests potential for higher costs or reduced innovation. 3. The short performance period may indicate an urgent need or a pilot program. 4. The firm-fixed-price structure shifts cost risk to the contractor. 5. This award falls within the automotive repair and maintenance sector.
Value Assessment
Rating: fair
Benchmarking the value for this specific 'OR-REFUGE LAW EN-VEHICLE UPFIT' is challenging without detailed specifications and comparable contracts. However, the $14.6 million award for a 53-day period suggests a high per-day cost, which warrants scrutiny. The firm-fixed-price contract type is standard, but the lack of robust competition raises concerns about whether the government secured the best possible value. Further analysis would require understanding the complexity of the upfitting required and comparing it to similar, competitively bid projects.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as 'NOT COMPETED UNDER SAP' (Simplified Acquisition Procedures), indicating it was likely procured through a sole-source or limited competition process. The data does not specify the number of bidders, but the 'NOT COMPETED' designation strongly suggests a lack of broad market engagement. This approach can be justified for specialized needs or urgent requirements, but it bypasses the price discovery benefits typically achieved through open competition.
Taxpayer Impact: The limited competition for this vehicle upfitting contract means taxpayers may not have benefited from the most competitive pricing. Without a wider pool of bidders, the potential for cost savings through a competitive bidding process is diminished.
Public Impact
The U.S. Fish and Wildlife Service will benefit from these upfitted vehicles, likely for law enforcement and operational needs within refuges. The services delivered involve specialized modifications to vehicles, enhancing their utility for specific environmental and law enforcement tasks. The geographic impact is focused on Oregon (st: OR, sn: OREGON), where the vehicles will be deployed. Workforce implications are minimal in terms of direct job creation from this contract, but it supports specialized automotive technicians involved in the upfitting process.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to inflated pricing.
- Short performance period could indicate rushed work or insufficient planning.
- Sole-source award bypasses potential cost savings from open bidding.
Positive Signals
- Firm-fixed-price contract shifts cost risk to the contractor.
- Award supports essential operational needs for law enforcement within wildlife refuges.
Sector Analysis
The automotive repair and maintenance sector is vast, encompassing a wide range of services from routine maintenance to highly specialized modifications. This contract falls into the latter category, focusing on custom upfitting for law enforcement vehicles. While specific market size data for 'vehicle upfitting for wildlife law enforcement' is not readily available, the broader automotive aftermarket industry is substantial. This contract represents a niche but critical segment within the larger sector, ensuring specialized equipment is functional for its intended purpose.
Small Business Impact
The data indicates that small business participation (sb: false) was not a specific set-aside requirement for this contract. There is no information provided regarding subcontracting plans or their impact on the small business ecosystem. Given the sole-source nature, it's less likely that small businesses were actively solicited as prime contractors.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of the Interior's established procurement and financial management systems. As a purchase order, it is subject to internal agency review and audit processes. Transparency is limited due to the sole-source award, but contract details should be available through federal procurement databases. The Inspector General's office for the Department of the Interior would have jurisdiction for any investigative oversight if irregularities were suspected.
Related Government Programs
- Federal Law Enforcement Vehicle Procurement
- Specialized Automotive Services
- Department of the Interior Fleet Management
- Wildlife Refuge Operations Support
Risk Flags
- Limited competition raises concerns about price reasonableness.
- Short performance period may indicate rushed execution or planning issues.
- Sole-source award bypasses standard competitive procurement benefits.
Tags
automotive-repair-and-maintenance, department-of-the-interior, u.s.-fish-and-wildlife-service, oregon, purchase-order, not-competed, firm-fixed-price, law-enforcement-vehicles, vehicle-upfitting, specialized-services
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $14,599.26 to DAY MANAGEMENT CORP.. OR-REFUGE LAW EN-VEHICLE UPFIT
Who is the contractor on this award?
The obligated recipient is DAY MANAGEMENT CORP..
Which agency awarded this contract?
Awarding agency: Department of the Interior (U.S. Fish and Wildlife Service).
What is the total obligated amount?
The obligated amount is $14,599.26.
What is the period of performance?
Start: 2026-04-09. End: 2026-06-01.
What specific upfitting services are included in this $14.6 million contract?
The provided data identifies the contract as 'OR-REFUGE LAW EN-VEHICLE UPFIT' but does not detail the specific upfitting services. Based on the description, it likely includes modifications such as installing specialized lighting, communication equipment, sirens, partitions, storage solutions, and potentially reinforced components to support law enforcement operations within U.S. Fish and Wildlife Service refuges. The exact scope would be detailed in the contract's statement of work, which is not included in the provided data. The high value suggests complex or extensive modifications are required for multiple vehicles.
Why was this contract not competed under standard procedures?
The contract was designated as 'NOT COMPETED UNDER SAP,' which typically implies it was awarded through a sole-source justification or under specific exceptions to full and open competition. Reasons could include a unique capability held by the contractor, an urgent and compelling need that precluded a competitive process, or if the acquisition value fell below thresholds where full competition is mandated. Without the specific justification cited by the agency, the exact reason for not competing remains unknown, but it suggests a deviation from standard procurement practices.
How does the $14.6 million award compare to similar vehicle upfitting contracts?
Direct comparison is difficult without knowing the precise nature and scale of the upfitting required. However, $14.6 million for a 53-day performance period is a substantial amount, averaging over $275,000 per day. If this award covers the upfitting of numerous vehicles with highly specialized equipment, the cost might be justifiable. If it pertains to a smaller number of vehicles or less complex modifications, it could indicate a higher-than-average cost. Benchmarking would require access to detailed statements of work and pricing data from comparable, competitively awarded contracts for similar vehicle types and modifications.
What is the track record of DAY MANAGEMENT CORP. with federal contracts?
Information on DAY MANAGEMENT CORP.'s specific track record with federal contracts is not provided in the data snippet. To assess their performance, one would need to review their contract history, including past awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any history of disputes or contract terminations. A positive track record with similar specialized vehicle upfitting contracts would increase confidence in their ability to deliver on this award. Conversely, a history of issues could be a red flag.
What are the potential risks associated with a sole-source award for vehicle upfitting?
The primary risk of a sole-source award is the potential for paying a higher price than would be achieved through open competition. Without multiple bidders vying for the contract, the government loses the leverage of competitive pricing. Other risks include potentially receiving less innovative solutions if the sole source lacks motivation to go above and beyond, and a reduced ability to assess the market for best practices. Furthermore, it raises questions about whether the agency adequately explored competitive options before justifying the sole-source award.
How does the short performance period (53 days) impact the contract's value and risk?
A short performance period of 53 days for a $14.6 million contract suggests either a very high intensity of work required within a compressed timeframe or that this award represents only a portion of a larger effort. For the contractor, it necessitates rapid mobilization and efficient execution to meet the deadline and the firm-fixed-price terms. For the government, it could indicate an urgent operational need, but it also limits the time for oversight and adjustments. If the scope is substantial, the short duration increases the risk of delays or quality issues if not managed meticulously by the contractor.
Industry Classification
NAICS: Other Services (except Public Administration) › Automotive Repair and Maintenance › All Other Automotive Repair and Maintenance
Product/Service Code: MODIFICATION OF EQUIPMENT › MODIFICATION OF EQUIPMENT
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 6430 SE LAKE RD, MILWAUKIE, OR, 97222
Business Categories: Category Business, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $14,599
Exercised Options: $14,599
Current Obligation: $14,599
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-09
Current End Date: 2026-06-01
Potential End Date: 2026-06-01 00:00:00
Last Modified: 2026-04-09
More Contracts from DAY Management Corp.
- LDO LE Vehicle Upfitting, Lakeview District BLM, Oregon — $27.7K (Department of the Interior)
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)