National Park Service awards $290K contract for campground pavement replacement in Arizona
Contract Overview
Contract Amount: $289,991 ($290.0K)
Contractor: CHP Solutions LLC
Awarding Agency: Department of the Interior
Start Date: 2026-04-06
End Date: 2026-07-31
Contract Duration: 116 days
Daily Burn Rate: $2.5K/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 8
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: REVISED STATEMENT OF WORK--GLCA REPLACE PAVEMENT AT LF CAMPGROUND
Place of Performance
Location: PAGE, COCONINO County, ARIZONA, 86040
State: Arizona Government Spending
Plain-Language Summary
Department of the Interior obligated $289,991.03 to CHP SOLUTIONS LLC for work described as: REVISED STATEMENT OF WORK--GLCA REPLACE PAVEMENT AT LF CAMPGROUND Key points: 1. Contract awarded to CHP SOLUTIONS LLC for essential infrastructure repair. 2. Project focuses on replacing pavement at the LF Campground. 3. Firm Fixed Price contract type suggests defined scope and cost control. 4. Contract duration is 116 days, indicating a focused, short-term project. 5. Awarded under SAP (Simplified Acquisition Procedures), suggesting a smaller value contract. 6. Geographic focus on Arizona (AZ) highlights regional infrastructure needs. 7. No small business set-aside, indicating a broader competition approach.
Value Assessment
Rating: good
The contract value of approximately $290,000 for pavement replacement appears reasonable for a project of this scope and duration. While specific benchmarks for campground pavement replacement are not readily available, the firm fixed-price nature of the contract provides cost certainty. The award to CHP SOLUTIONS LLC, a single entity, suggests a competitive process that resulted in a determined price. Further analysis would require comparison to similar National Park Service projects or regional construction costs for similar work.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was competed under SAP (Simplified Acquisition Procedures), which typically allows for a broader range of competition for contracts under the simplified acquisition threshold. While the exact number of bidders is not specified, the use of SAP generally encourages multiple offers. This competitive approach is expected to lead to fair market pricing and ensure the government receives good value for the services rendered.
Taxpayer Impact: Competing the contract under SAP helps ensure taxpayer dollars are used efficiently by fostering a competitive environment that drives down costs.
Public Impact
Campground visitors in Arizona will benefit from improved and safer road surfaces. The project directly supports the National Park Service's mission to maintain park infrastructure. Improved pavement can enhance the visitor experience and accessibility within the LF Campground. Local construction workforce may be engaged for the duration of the project. The project contributes to the overall upkeep and longevity of federal recreational facilities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if unforeseen subsurface issues arise during pavement removal.
- Dependence on contractor's ability to meet the fixed-price deadline without compromising quality.
- Weather-related delays in Arizona could impact the project timeline and completion date.
Positive Signals
- Firm Fixed Price contract provides cost certainty and limits financial risk.
- Short project duration suggests efficient execution and minimal disruption to campground operations.
- Award to a single contractor streamlines management and oversight.
- Focus on essential infrastructure repair aligns with core agency responsibilities.
Sector Analysis
This contract falls within the Highway, Street, and Bridge Construction sector, specifically addressing infrastructure maintenance within a recreational setting. The market for construction services is generally competitive, with numerous firms capable of performing pavement work. The value of this contract is relatively small compared to large-scale federal infrastructure projects, suggesting it is part of a broader maintenance program for the National Park Service's extensive network of facilities.
Small Business Impact
The contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses. This suggests that the competition was open to all qualified offerors, and the primary contractor, CHP SOLUTIONS LLC, will be responsible for fulfilling the contract requirements. The absence of a small business set-aside means that opportunities for small businesses to participate in this specific project may be limited unless they are direct subcontractors to the prime.
Oversight & Accountability
Oversight for this contract will likely be managed by the National Park Service contracting officer and project managers. The firm fixed-price nature of the contract provides a clear framework for accountability. Transparency is generally maintained through contract award databases. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- National Park Service Facility Maintenance
- Federal Highway Construction Contracts
- Department of the Interior Infrastructure Projects
- Campground and Recreation Area Management
Risk Flags
- Contract awarded under Simplified Acquisition Procedures (SAP) may indicate less rigorous competition than larger contracts.
- Firm Fixed Price contract requires careful scope definition to avoid change orders.
- No specific mention of small business participation or subcontracting goals.
Tags
construction, highway-street-bridge-construction, department-of-the-interior, national-park-service, arizona, firm-fixed-price, competed-under-sap, definitive-contract, infrastructure-maintenance, campground-improvement
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $289,991.03 to CHP SOLUTIONS LLC. REVISED STATEMENT OF WORK--GLCA REPLACE PAVEMENT AT LF CAMPGROUND
Who is the contractor on this award?
The obligated recipient is CHP SOLUTIONS LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (National Park Service).
What is the total obligated amount?
The obligated amount is $289,991.03.
What is the period of performance?
Start: 2026-04-06. End: 2026-07-31.
What is the track record of CHP SOLUTIONS LLC in performing similar pavement replacement projects for federal agencies?
Information regarding CHP SOLUTIONS LLC's specific track record for similar pavement replacement projects with federal agencies is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes on previous federal contracts. Without this data, it is difficult to definitively gauge their experience and reliability for this specific type of work. Further investigation into federal procurement databases and contractor performance systems would be necessary to establish a detailed performance profile.
How does the awarded price compare to market rates for similar pavement replacement services in Arizona?
The provided data does not include specific market rate benchmarks for pavement replacement services in Arizona. To assess value for money, this contract's price would need to be compared against regional construction cost indices, bids received from other contractors (if available), and historical data for similar projects undertaken by the National Park Service or other federal agencies in the vicinity. The fact that it was competed under SAP suggests the price is likely within a reasonable range for simplified acquisition, but a definitive comparison requires external market data or more detailed bid information.
What are the primary risks associated with this pavement replacement contract?
Key risks include potential subsurface issues discovered during excavation that could lead to scope creep and cost overruns, despite the firm fixed-price structure. Contractor performance risk is also present, focusing on their ability to complete the work within the specified timeline and to the required quality standards. Furthermore, weather-related delays in Arizona, particularly during certain seasons, could impact the project schedule. Ensuring adequate oversight and contingency planning will be crucial to mitigate these risks.
How effective is the National Park Service in managing small infrastructure repair contracts like this one?
The effectiveness of the National Park Service in managing small infrastructure repair contracts can be inferred from the success of this specific award. The use of a firm fixed-price contract and the SAP competition method are standard practices aimed at efficiency and cost control. The short duration suggests a manageable scope. However, a true assessment of effectiveness would require analyzing a portfolio of similar contracts, looking at metrics such as on-time completion, budget adherence, and quality of work, as well as user satisfaction from park staff and visitors.
What are the historical spending patterns for pavement maintenance and repair within the National Park Service?
Historical spending patterns for pavement maintenance and repair within the National Park Service are not detailed in the provided data. This contract represents a single instance of spending. To understand broader patterns, one would need to analyze multi-year federal procurement data, identifying trends in contract values, types of repairs, geographic distribution, and the agencies or park units that receive the most funding for such work. This would help contextualize the $290,000 award within the NPS's overall infrastructure budget and priorities.
Industry Classification
NAICS: Construction › Highway, Street, and Bridge Construction › Highway, Street, and Bridge Construction
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR NONBUILDINGS
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 140P1526Q0028
Offers Received: 8
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 82 WAKEROBIN DR, STAFFORD, VA, 22556
Business Categories: Black American Owned Business, Category Business, Limited Liability Corporation, Minority Owned Business, Partnership or Limited Liability Partnership, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $289,991
Exercised Options: $289,991
Current Obligation: $289,991
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2026-04-06
Current End Date: 2026-07-31
Potential End Date: 2026-07-31 00:00:00
Last Modified: 2026-04-06
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.)