DHS awards $5.2M contract for Reedy Island/Liston Range Lights rebuild to Swan Contracting LLC
Contract Overview
Contract Amount: $5,205,139 ($5.2M)
Contractor: Swan Contracting LLC
Awarding Agency: Department of Homeland Security
Start Date: 2023-09-22
End Date: 2026-05-01
Contract Duration: 952 days
Daily Burn Rate: $5.5K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 6
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: PN 7823016 - REBUILD REEDY ISLAND / LISTON RANGE LIGHTS AT CG ANT PHILADELPHIA, PA
Place of Performance
Location: DELAWARE CITY, NEW CASTLE County, DELAWARE, 19706
State: Delaware Government Spending
Plain-Language Summary
Department of Homeland Security obligated $5.2 million to SWAN CONTRACTING LLC for work described as: PN 7823016 - REBUILD REEDY ISLAND / LISTON RANGE LIGHTS AT CG ANT PHILADELPHIA, PA Key points: 1. Contract awarded for construction services at Coast Guard facilities. 2. Project involves rebuilding lights at Reedy Island and Liston Range. 3. Contract duration extends over two fiscal years. 4. Firm Fixed Price contract type suggests defined scope and cost. 5. Competition involved six bidders, indicating a degree of market interest. 6. Small business participation is not explicitly mandated by this award. 7. Geographic focus is Delaware, impacting local construction resources.
Value Assessment
Rating: fair
The contract value of $5.2 million for rebuilding navigational lights appears to be within a reasonable range for construction projects of this nature. However, without specific details on the scope of work, materials, and labor involved, a precise value-for-money assessment is challenging. Benchmarking against similar coastal infrastructure repair projects would provide a clearer picture of cost-effectiveness. The firm fixed-price structure aims to control costs, but the final expenditure will depend on the contractor's efficiency and any unforeseen issues.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition after exclusion of sources, indicating that multiple potential bidders were considered. With six bidders participating, there was a moderate level of competition. This suggests that the U.S. Coast Guard sought to leverage market capabilities and achieve competitive pricing. The exclusion of sources clause might imply specific technical requirements or past performance considerations that narrowed the initial pool, but the final award was still based on a competitive process.
Taxpayer Impact: A competitive process with multiple bidders generally benefits taxpayers by driving down prices and encouraging efficient service delivery. The presence of six bidders suggests that the government likely received a range of proposals, allowing for selection of the most cost-effective option.
Public Impact
The U.S. Coast Guard benefits from improved navigational aids, enhancing maritime safety and operational efficiency. The project delivers essential infrastructure repair and modernization services. The geographic impact is concentrated in Delaware, supporting regional maritime operations. The construction workforce in Delaware may see temporary employment opportunities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if unforeseen site conditions arise during construction.
- Dependence on contractor's ability to meet project timelines and quality standards.
- Limited visibility into specific small business subcontracting plans.
Positive Signals
- Firm Fixed Price contract provides cost certainty for the government.
- Awarded after full and open competition, suggesting a competitive pricing environment.
- Clear project objective to improve critical navigational infrastructure.
Sector Analysis
This contract falls within the Commercial and Institutional Building Construction sector, specifically related to infrastructure development for maritime operations. The U.S. Coast Guard, as part of the Department of Homeland Security, relies on such construction services to maintain its fleet and operational facilities. Spending in this sector is often driven by government needs for facility upgrades, repairs, and new construction, with costs influenced by material prices, labor availability, and regulatory compliance.
Small Business Impact
The contract does not appear to have a specific small business set-aside. While the award itself is not designated for small businesses, the prime contractor, Swan Contracting LLC, may engage small businesses for subcontracting opportunities. The extent of small business participation will depend on the prime contractor's procurement strategy and the availability of qualified small business subcontractors for specialized construction tasks.
Oversight & Accountability
Oversight for this contract will likely be managed by the U.S. Coast Guard contracting office and project managers. The firm fixed-price nature of the contract provides a degree of cost control. Transparency is facilitated through contract award databases. The Department of Homeland Security's Office of Inspector General may conduct audits or investigations if concerns regarding performance, fraud, or waste arise.
Related Government Programs
- U.S. Coast Guard Infrastructure Projects
- Navigational Aids Maintenance
- Federal Construction Contracts
- Department of Homeland Security Facilities
Risk Flags
- Potential for unforeseen site conditions impacting cost and schedule.
- Dependence on contractor's ability to manage complex construction in a maritime environment.
- Need for robust oversight to ensure quality and adherence to specifications.
Tags
construction, department-of-homeland-security, u.s.-coast-guard, delaware, firm-fixed-price, full-and-open-competition, infrastructure, navigational-aids, commercial-and-institutional-building-construction, definitive-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $5.2 million to SWAN CONTRACTING LLC. PN 7823016 - REBUILD REEDY ISLAND / LISTON RANGE LIGHTS AT CG ANT PHILADELPHIA, PA
Who is the contractor on this award?
The obligated recipient is SWAN CONTRACTING LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Coast Guard).
What is the total obligated amount?
The obligated amount is $5.2 million.
What is the period of performance?
Start: 2023-09-22. End: 2026-05-01.
What is the specific scope of work for rebuilding the Reedy Island and Liston Range Lights?
The provided data does not detail the specific scope of work. However, based on the contract title 'REBUILD REEDY ISLAND / LISTON RANGE LIGHTS AT CG ANT PHILADELPHIA, PA', it is understood to involve the physical reconstruction or significant repair of navigational lighting structures at these two locations. This could include demolition of existing structures, foundation work, installation of new lighting apparatus, electrical systems, and potentially ancillary support facilities. The exact specifications, materials, and performance requirements would be detailed in the contract's statement of work, which is not publicly available in this dataset.
How does the $5.2 million contract value compare to similar Coast Guard infrastructure projects?
Direct comparison of the $5.2 million contract value to similar U.S. Coast Guard infrastructure projects is difficult without access to a comprehensive database of comparable contracts. However, for projects involving the repair or replacement of significant navigational aids or coastal facilities, this value appears to be within a moderate range. The complexity of the site, the extent of the required work (e.g., structural integrity, materials, technology), and the duration of the project all influence cost. Larger, more complex projects like new construction of major facilities would naturally exceed this amount, while minor repairs would be less.
What are the primary risks associated with this construction contract?
Primary risks associated with this construction contract include potential cost overruns due to unforeseen site conditions (e.g., environmental hazards, subsurface issues), delays caused by weather or supply chain disruptions, and contractor performance issues related to quality or schedule adherence. Given the coastal locations, environmental factors and potential impact on maritime traffic during construction are also risks. The firm fixed-price contract mitigates some cost risk for the government, but scope creep or change orders could still increase the total expenditure.
What is the historical spending pattern for navigational aid maintenance by the U.S. Coast Guard?
Historical spending patterns for navigational aid maintenance by the U.S. Coast Guard are not detailed in the provided data. However, it is understood that the Coast Guard allocates significant resources annually to maintain its vast network of aids to navigation, which includes buoys, lighthouses, and electronic aids. Spending fluctuates based on the age and condition of existing infrastructure, technological upgrades, and the need for repairs or replacements. Major rebuild projects like this one represent a portion of the overall maintenance budget, often undertaken when existing assets reach the end of their service life or require substantial modernization.
What is the track record of Swan Contracting LLC in performing federal construction contracts?
The provided data indicates that Swan Contracting LLC is the awardee of this contract. To assess their track record, one would need to examine their past performance on similar federal contracts, particularly those involving construction and infrastructure. Information on their past performance, including project completion history, quality of work, adherence to schedule and budget, and any past disputes or contract terminations, would typically be available through federal procurement databases like SAM.gov or through agency performance evaluation systems. Without this specific data, a definitive assessment of their track record is not possible.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Commercial and Institutional Building Construction
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR NONBUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SEALED BID
Solicitation ID: 70Z083BCLEV0001
Offers Received: 6
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 93 OLD GREENFIELD RD, PETERBOROUGH, NH, 03458
Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $5,205,139
Exercised Options: $5,205,139
Current Obligation: $5,205,139
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2023-09-22
Current End Date: 2026-05-01
Potential End Date: 2026-05-01 01:57:58
Last Modified: 2026-02-12
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)