National Park Service awards $772K contract for sewer lateral replacement, highlighting construction needs in California
Contract Overview
Contract Amount: $77,259 ($77.3K)
Contractor: AMA Diversified Construction Group
Awarding Agency: Department of the Interior
Start Date: 2026-04-07
End Date: 2026-06-01
Contract Duration: 55 days
Daily Burn Rate: $1.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: REPLACE SEWER LATERAL BUILDING 204, GOGA
Place of Performance
Location: SAN FRANCISCO, SAN FRANCISCO County, CALIFORNIA, 94123
Plain-Language Summary
Department of the Interior obligated $77,259 to AMA DIVERSIFIED CONSTRUCTION GROUP for work described as: REPLACE SEWER LATERAL BUILDING 204, GOGA Key points: 1. Contract value appears reasonable for specialized infrastructure repair. 2. Full and open competition suggests a healthy market for this service. 3. Short performance period indicates a focused scope of work. 4. Fixed-price contract shifts risk to the contractor. 5. Project location in California aligns with ongoing infrastructure modernization efforts.
Value Assessment
Rating: good
The contract value of $772,590 for sewer lateral replacement seems aligned with typical costs for such infrastructure projects, especially in a high-cost-of-living state like California. Benchmarking against similar projects for commercial and institutional building construction by the National Park Service or other federal agencies would provide a more precise value assessment. However, given the specialized nature of sewer work and the fixed-price structure, the award suggests a fair price was likely negotiated.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that multiple bidders were likely solicited and considered. This procurement method generally fosters competitive pricing and allows for a broad range of qualified contractors to participate. The specific exclusion of sources might relate to pre-qualification requirements or specific technical expertise needed for the project.
Taxpayer Impact: This competitive approach is beneficial for taxpayers as it increases the likelihood of securing the best value and prevents potential price inflation associated with less competitive methods.
Public Impact
The primary beneficiaries are the National Park Service facilities at GOGA, ensuring operational continuity and environmental compliance. The service delivered is the repair and replacement of critical sewer infrastructure, preventing potential service disruptions and environmental hazards. The geographic impact is localized to the specific park facilities within the GOGA area in California. Workforce implications include the employment of skilled construction labor for the duration of the project.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for unforeseen site conditions impacting cost and schedule.
- Reliance on a single contractor for critical infrastructure repair.
- Ensuring compliance with environmental regulations during construction.
Positive Signals
- Fixed-price contract limits cost overruns for the government.
- Full and open competition suggests a robust contractor pool.
- Short performance period minimizes prolonged disruption.
Sector Analysis
This contract falls within the Commercial and Institutional Building Construction sector, a vital part of the U.S. economy. Federal spending in this area supports the maintenance and upgrade of government facilities nationwide. Comparable spending benchmarks would involve analyzing other construction contracts awarded by the National Park Service or other agencies for similar infrastructure repairs, considering regional cost variations.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). While the primary awardee is AMA Diversified Construction Group, further analysis would be needed to determine if they are a small business themselves or if subcontracting opportunities exist for small businesses within this project. Without specific set-aside language, the primary focus is on securing the best value through open competition.
Oversight & Accountability
Oversight for this contract will likely be managed by the National Park Service contracting officers and project managers. Accountability measures are embedded in the firm fixed-price contract, requiring the contractor to complete the work to specifications. Transparency is generally maintained through federal procurement databases like SAM.gov, where contract awards are published. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- National Park Service Facility Maintenance
- Federal Building Construction
- Wastewater Infrastructure Projects
- Department of the Interior Construction Contracts
Risk Flags
- Potential for unforeseen site conditions
- Environmental compliance during construction
- Schedule adherence within a short performance window
Tags
construction, department-of-the-interior, national-park-service, california, firm-fixed-price, full-and-open-competition, infrastructure, sewer-replacement, commercial-building-construction, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $77,259 to AMA DIVERSIFIED CONSTRUCTION GROUP. REPLACE SEWER LATERAL BUILDING 204, GOGA
Who is the contractor on this award?
The obligated recipient is AMA DIVERSIFIED CONSTRUCTION GROUP.
Which agency awarded this contract?
Awarding agency: Department of the Interior (National Park Service).
What is the total obligated amount?
The obligated amount is $77,259.
What is the period of performance?
Start: 2026-04-07. End: 2026-06-01.
What is the track record of AMA Diversified Construction Group with federal contracts, particularly with the National Park Service?
A review of federal procurement data would be necessary to assess AMA Diversified Construction Group's track record. This would involve examining past contract awards, performance evaluations (if available), and any history of disputes or contract modifications. Understanding their experience with similar types of construction, especially in environmentally sensitive areas like national parks, is crucial. Their performance on this specific sewer lateral replacement project will be a key indicator for future federal engagements.
How does the awarded price compare to similar sewer lateral replacement projects in California?
Benchmarking this $772,590 contract against similar sewer lateral replacement projects within California requires access to a broader dataset of federal, state, and local government contracts. Factors such as project scale (linear feet of pipe, diameter), complexity (depth, soil conditions, existing infrastructure), and specific location within California significantly influence costs. While the contract is fixed-price, indicating a negotiated value, a detailed comparison would reveal if the price is competitive relative to market rates for comparable work in the region.
What are the primary risks associated with this specific sewer lateral replacement project?
Key risks include potential unforeseen subsurface conditions (e.g., rock, groundwater, existing utilities) that could increase costs or delay the project, despite the fixed-price nature. Environmental risks, such as accidental spills or impacts on sensitive park ecosystems, are also present. Contractor performance risk, ensuring timely completion and adherence to quality standards, is another factor. The short performance window (approx. 2 months) also presents a risk of schedule slippage if not managed effectively.
How effective is the 'Full and Open Competition After Exclusion of Sources' method in ensuring value for this type of specialized construction?
This competition method aims to maximize value by allowing all responsible sources to compete while potentially excluding those that do not meet specific, justifiable criteria (e.g., specialized certifications, past performance). For specialized construction like sewer repair, it can ensure that technically capable firms participate, leading to better quality and potentially competitive pricing. The effectiveness hinges on the clarity and necessity of the exclusion criteria; overly restrictive criteria could limit competition and reduce value.
What is the historical spending pattern for sewer infrastructure maintenance and replacement by the National Park Service?
Analyzing historical spending patterns for sewer infrastructure by the NPS would require querying federal procurement databases for relevant keywords and contract types over several fiscal years. This would reveal trends in contract values, frequency of awards, and geographic distribution of spending. Understanding this context helps assess whether the current $772K award is consistent with past investment levels or represents a significant increase or decrease in focus on this type of infrastructure.
What are the implications of the short performance period (55 days) for project quality and contractor burden?
A short performance period of 55 days suggests a well-defined and relatively contained scope of work, likely focused on a specific section of sewer lateral. This compressed timeline can increase pressure on the contractor to mobilize quickly and execute efficiently. While it minimizes disruption, it also heightens the risk of schedule delays if unforeseen issues arise. For the government, it necessitates diligent oversight to ensure quality is not compromised under time constraints.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Commercial and Institutional Building Construction
Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIES › CONSTRUCTION OF BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 140P8626Q0025
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1003 CLEGG CT STE A, PETALUMA, CA, 94954
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Minority Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $77,259
Exercised Options: $77,259
Current Obligation: $77,259
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 140F0822D0010
IDV Type: IDC
Timeline
Start Date: 2026-04-07
Current End Date: 2026-06-01
Potential End Date: 2026-06-01 00:00:00
Last Modified: 2026-04-07
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.)