DHS awards $4.97M for elevator modernization at USCG Boston Base, highlighting construction needs
Contract Overview
Contract Amount: $4,966,249 ($5.0M)
Contractor: Tara-Campbell JV LLP
Awarding Agency: Department of Homeland Security
Start Date: 2024-10-30
End Date: 2026-10-09
Contract Duration: 709 days
Daily Burn Rate: $7.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: REPLACE ELEVATORS BLDG. 1 AND MODERNIZE ELEVATORS BLDG. 8 & 14 USCG BASE BOSTON PSN#13445290
Place of Performance
Location: BOSTON, SUFFOLK County, MASSACHUSETTS, 02109
Plain-Language Summary
Department of Homeland Security obligated $5.0 million to TARA-CAMPBELL JV LLP for work described as: REPLACE ELEVATORS BLDG. 1 AND MODERNIZE ELEVATORS BLDG. 8 & 14 USCG BASE BOSTON PSN#13445290 Key points: 1. Contract addresses critical infrastructure upgrades for operational continuity. 2. Competition level suggests a potentially competitive bidding environment. 3. Fixed-price contract type aims to control costs and manage risk. 4. Project duration of 709 days indicates a significant scope of work. 5. Geographic focus on Massachusetts highlights regional infrastructure investment.
Value Assessment
Rating: good
The contract value of $4.97 million for elevator modernization appears reasonable given the scope of work involving multiple buildings at a USCG base. Benchmarking against similar federal construction projects for elevator upgrades in institutional settings suggests this pricing is within expected ranges. The firm fixed-price structure provides cost certainty for the government, although it places the risk of cost overruns on the contractor.
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 solicited and considered. While the exact number of bidders is not specified, this procurement method generally fosters a competitive environment, which can lead to better pricing and value for the government. The exclusion of sources clause might suggest specific technical requirements or past performance considerations that narrowed the initial pool.
Taxpayer Impact: A competitive bidding process helps ensure that taxpayer dollars are used efficiently by driving down prices and encouraging high-quality service delivery.
Public Impact
Benefits the U.S. Coast Guard personnel and operations at Base Boston by ensuring reliable access to facilities. Delivers essential building maintenance and modernization services, improving safety and accessibility. Geographic impact is concentrated in Boston, Massachusetts, supporting local infrastructure. Workforce implications include employment opportunities for construction trades and related professionals.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for schedule delays impacting base operations if unforeseen issues arise during modernization.
- Ensuring compliance with all safety and accessibility regulations during construction.
- Managing the logistics of construction activities within an active military installation.
Positive Signals
- Modernization of critical infrastructure enhances long-term operational readiness.
- Firm fixed-price contract provides budget predictability.
- Full and open competition suggests a robust market response.
Sector Analysis
This contract falls within the Commercial and Institutional Building Construction sector, a significant segment of the federal contracting market. The U.S. Coast Guard, as part of the Department of Homeland Security, frequently procures construction and maintenance services to support its numerous facilities nationwide. Spending in this sector is driven by the need to maintain aging infrastructure, improve energy efficiency, and ensure operational readiness across various government agencies.
Small Business Impact
The contract data indicates that small business participation was not a primary set-aside criterion (ss: false, sb: false). This suggests the contract was awarded based on best value or lowest price technically acceptable, rather than a specific small business goal. While there's no direct set-aside, the prime contractor, TARA-CAMPBELL JV LLP, may still engage small businesses as subcontractors to fulfill project needs or meet broader subcontracting goals, contributing to the small business ecosystem.
Oversight & Accountability
Oversight for this contract will likely be managed by the U.S. Coast Guard contracting office and potentially the Department of Homeland Security's Office of Inspector General. The firm fixed-price nature of the contract provides a degree of accountability by placing cost risk on the contractor. Performance monitoring and adherence to contract specifications will be key oversight mechanisms to ensure successful project completion and value for taxpayer money.
Related Government Programs
- Federal Building and Facilities Maintenance
- USCG Infrastructure Modernization
- Department of Homeland Security Construction Contracts
- Elevator and Escalator Maintenance Services
Risk Flags
- Potential for schedule delays impacting base operations.
- Risk of unforeseen conditions requiring scope adjustments.
- Ensuring contractor compliance with security protocols at a federal facility.
Tags
construction, department-of-homeland-security, u-s-coast-guard, firm-fixed-price, delivery-order, full-and-open-competition, massachusetts, commercial-and-institutional-building-construction, infrastructure-modernization, elevator-upgrade
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $5.0 million to TARA-CAMPBELL JV LLP. REPLACE ELEVATORS BLDG. 1 AND MODERNIZE ELEVATORS BLDG. 8 & 14 USCG BASE BOSTON PSN#13445290
Who is the contractor on this award?
The obligated recipient is TARA-CAMPBELL JV LLP.
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 $5.0 million.
What is the period of performance?
Start: 2024-10-30. End: 2026-10-09.
What is the track record of TARA-CAMPBELL JV LLP in performing similar federal construction contracts, particularly those involving elevator modernization?
Assessing the track record of TARA-CAMPBELL JV LLP requires a review of their past performance on federal contracts. This would involve examining contract databases for previous awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any reported disputes or terminations. Specific attention should be paid to their experience with elevator modernization projects, especially in sensitive environments like military installations. A history of successful, on-time, and within-budget project completion, particularly for similar scope and complexity, would indicate a lower performance risk for this current contract. Conversely, a pattern of delays, cost overruns, or quality issues would raise concerns about their capability to execute this project effectively.
How does the awarded price of $4.97 million compare to the estimated cost or budget allocated for this elevator modernization project?
The relationship between the awarded price ($4.97 million) and the government's internal budget or estimate for this project is crucial for assessing value. If the awarded price is significantly below the government's estimate, it could indicate strong competition or potentially an underestimated scope by the government. Conversely, if the awarded price is at or above the estimate, it warrants closer examination to ensure the estimate was realistic and that the contractor's pricing is competitive. Without access to the government's independent cost estimate, it's difficult to definitively state if this represents exceptional value, but the firm fixed-price nature suggests the government has locked in a cost.
What are the primary risks associated with modernizing elevators in an active USCG base, and how are they mitigated by this contract?
Key risks in modernizing elevators at an active USCG base include potential disruptions to base operations, safety hazards during construction, and the possibility of unforeseen structural or electrical issues requiring additional work. This contract attempts to mitigate these risks through several mechanisms. The firm fixed-price (FFP) structure shifts the financial risk of cost overruns due to unforeseen issues to the contractor. The full and open competition process aims to select a contractor with proven capabilities and a robust plan for managing such risks. Furthermore, the contract's defined scope and specifications, along with government oversight during performance, are intended to ensure work is done safely and effectively, minimizing operational impact.
What is the historical spending pattern for elevator maintenance and modernization by the U.S. Coast Guard or Department of Homeland Security?
Analyzing historical spending patterns for elevator maintenance and modernization by the U.S. Coast Guard (USCG) and the broader Department of Homeland Security (DHS) provides context for the current $4.97 million award. This would involve examining contract data over several fiscal years to identify trends in the frequency, value, and types of elevator-related procurements. Understanding whether this award represents a typical investment, an increase due to aging infrastructure, or a consolidation of smaller projects can inform future budget planning and identify potential areas for cost savings through standardization or longer-term maintenance agreements. Significant year-over-year increases might signal a growing need for infrastructure upgrades across the fleet.
How does the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' procurement method impact the potential for innovation and cost savings compared to other methods?
The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' (FOUCAES) method aims to balance broad competition with specific requirements. It starts with a broad solicitation but may exclude certain sources based on pre-defined criteria (e.g., specific technical capabilities, past performance, or socioeconomic status). This can lead to a more focused competition among qualified vendors, potentially reducing the number of bids but ensuring those submitting are highly relevant. Compared to unrestricted full and open competition, FOUCAES might slightly limit the pool of bidders, potentially reducing the intensity of price competition. However, by ensuring bidders meet specific needs, it can foster innovation tailored to those requirements and potentially lead to better-value solutions than a completely unrestricted approach, while still offering significant cost savings over sole-source awards.
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: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 155 HOWARD ST, WEST BRIDGEWATER, MA, 02379
Business Categories: Category Business, Hispanic American Owned Business, Minority Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $4,966,249
Exercised Options: $4,966,249
Current Obligation: $4,966,249
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NOT OBTAINED - WAIVED
Parent Contract
Parent Award PIID: 70Z0G124DCEUP0006
IDV Type: IDC
Timeline
Start Date: 2024-10-30
Current End Date: 2026-10-09
Potential End Date: 2026-10-09 12:16:06
Last Modified: 2026-03-23
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)