DHS Awards $33M Laredo AMO Facilities Construction Contract to Chitina Diversified - Ames 1 JV LLC
Contract Overview
Contract Amount: $33,061,978 ($33.1M)
Contractor: Chitina Diversified -Ames 1 JV LLC
Awarding Agency: Department of Homeland Security
Start Date: 2023-09-22
End Date: 2026-07-06
Contract Duration: 1,018 days
Daily Burn Rate: $32.5K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: LAREDO PHASE 2 AMO FACILITIES CONSTRUCTION
Place of Performance
Location: LAREDO, WEBB County, TEXAS, 78040
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $33.1 million to CHITINA DIVERSIFIED -AMES 1 JV LLC for work described as: LAREDO PHASE 2 AMO FACILITIES CONSTRUCTION Key points: 1. Contract awarded for construction of AMO facilities in Laredo, Texas. 2. Chitina Diversified - Ames 1 JV LLC is the sole awardee. 3. The contract is a firm-fixed-price definitive contract. 4. Project duration is 1018 days, ending July 2026. 5. No small business participation noted.
Value Assessment
Rating: fair
The contract value of $33,061,977.95 for commercial and institutional building construction is within a reasonable range for a project of this scope and duration. However, without specific details on the facility's size and complexity, a precise benchmark is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
The contract was not available for competition, indicating a sole-source award. This limits price discovery and potentially reduces competitive pressure, which could lead to higher costs for taxpayers.
Taxpayer Impact: The lack of competition may result in a higher cost to taxpayers compared to a fully competed contract.
Public Impact
Construction of new facilities at the Laredo border crossing. Potential impact on border operations and infrastructure. Job creation in the construction sector in Texas.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition.
- No small business participation.
- Long project duration.
Positive Signals
- Addresses critical infrastructure needs for CBP.
- Firm-fixed-price contract provides cost certainty.
Sector Analysis
This contract falls under the Commercial and Institutional Building Construction sector. Spending in this sector can vary significantly based on government needs for infrastructure, facilities, and operational support. Benchmarks are highly project-specific.
Small Business Impact
The data indicates that this contract was not awarded to small businesses (sb: false). This suggests a missed opportunity to support small business participation in federal contracting for this significant construction project.
Oversight & Accountability
The award of a sole-source contract warrants oversight to ensure fair pricing and adherence to project timelines. Transparency regarding the justification for the sole-source award is crucial for accountability.
Related Government Programs
- Commercial and Institutional Building Construction
- Department of Homeland Security Contracting
- U.S. Customs and Border Protection Programs
Risk Flags
- Lack of competition may lead to inflated costs.
- No small business participation noted.
- Potential for cost overruns due to long project duration.
- Sole-source award requires strong justification and oversight.
Tags
commercial-and-institutional-building-co, department-of-homeland-security, tx, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $33.1 million to CHITINA DIVERSIFIED -AMES 1 JV LLC. LAREDO PHASE 2 AMO FACILITIES CONSTRUCTION
Who is the contractor on this award?
The obligated recipient is CHITINA DIVERSIFIED -AMES 1 JV LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).
What is the total obligated amount?
The obligated amount is $33.1 million.
What is the period of performance?
Start: 2023-09-22. End: 2026-07-06.
What is the specific justification for awarding this contract on a sole-source basis, and what steps were taken to ensure the price is fair and reasonable?
The justification for a sole-source award typically involves unique capabilities, urgent needs, or a lack of available competition. Agencies must conduct market research and price analyses to ensure the negotiated price is fair and reasonable, even without competition. Documentation of these efforts is key to oversight and accountability.
What are the key performance indicators (KPIs) for this construction project, and how will their achievement be monitored to ensure taxpayer value?
Key performance indicators for construction projects often include adherence to schedule, budget, quality standards, and safety regulations. Monitoring involves regular site inspections, progress reports, and milestone reviews. Performance metrics should be clearly defined in the contract to ensure accountability and taxpayer value.
How will the new facilities enhance the operational effectiveness of U.S. Customs and Border Protection in Laredo?
The new AMO facilities are likely designed to improve operational efficiency, provide better working conditions for personnel, and potentially increase capacity for processing goods and individuals. Enhanced infrastructure can lead to more streamlined border operations, improved security, and better resource management.
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: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 70B01C23R00000120
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 821 N ST, ANCHORAGE, AK, 99501
Business Categories: Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, SBA Certified 8 a Joint Venture, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $33,061,978
Exercised Options: $33,061,978
Current Obligation: $33,061,978
Actual Outlays: $16,759,551
Subaward Activity
Number of Subawards: 2
Total Subaward Amount: $26,874,872
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Timeline
Start Date: 2023-09-22
Current End Date: 2026-07-06
Potential End Date: 2026-07-06 11:02:16
Last Modified: 2025-09-22
More Contracts from Chitina Diversified -Ames 1 JV LLC
- Construct NEW Laredo AIR Unit Facility, Laredo, TX — $23.8M (Department of Homeland Security)
View all Chitina Diversified -Ames 1 JV LLC federal contracts →
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)