NASA awards $6M for shoreline repairs, with 5 bidders competing for firm-fixed-price contract
Contract Overview
Contract Amount: $6,064,161 ($6.1M)
Contractor: Civil Works Contracting LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2025-06-17
End Date: 2027-08-28
Contract Duration: 802 days
Daily Burn Rate: $7.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: SHORELINE REPAIRS, VARIOUS LOCATIONS
Place of Performance
Location: ORLANDO, BREVARD County, FLORIDA, 32899
State: Florida Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $6.1 million to CIVIL WORKS CONTRACTING LLC for work described as: SHORELINE REPAIRS, VARIOUS LOCATIONS Key points: 1. Contract value appears reasonable given the scope of shoreline repairs across multiple locations. 2. Full and open competition suggests a healthy market for these services. 3. Firm-fixed-price structure transfers risk to the contractor. 4. Contract duration of over two years allows for phased execution. 5. Geographic focus on Florida indicates a specific regional need. 6. Contract type as a delivery order suggests it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle, though not explicitly stated.
Value Assessment
Rating: good
The contract value of approximately $6 million for shoreline repairs across various locations in Florida seems within a reasonable range for such specialized civil works. Benchmarking against similar projects is challenging without more specific details on the scope of work (e.g., linear feet of shoreline, type of repair). However, the firm-fixed-price nature of the contract indicates that the contractor has assumed the risk for cost overruns, which is generally favorable for the government. The number of bidders (5) suggests a competitive environment that likely contributed to a fair price.
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,' which implies that while the competition was broad, there might have been specific reasons for excluding certain sources initially, or it could be a standard phrasing for a competitive award. With five bidders participating, the level of competition appears adequate, suggesting that multiple firms were capable of performing the required work. This level of competition generally promotes price discovery and can lead to more favorable pricing for the government.
Taxpayer Impact: The open competition ensures that taxpayer dollars are used efficiently by leveraging market forces to secure the best possible price for essential shoreline repair services.
Public Impact
The primary beneficiaries are NASA facilities and operations in Florida that rely on stable shorelines for infrastructure integrity. Services delivered include critical repairs to protect coastal assets from erosion and storm damage. Geographic impact is concentrated in Florida, addressing specific environmental and infrastructure needs in that state. Workforce implications include employment opportunities for construction labor and specialized environmental services within the affected region.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if initial repair estimates are inaccurate.
- Environmental compliance challenges in coastal zones.
- Contractor performance risk related to specialized civil works.
Positive Signals
- Firm-fixed-price contract shifts cost risk to the contractor.
- Multiple bidders indicate a competitive market for these services.
- Longer contract duration allows for planned, phased execution of repairs.
Sector Analysis
This contract falls within the Industrial Building Construction (NAICS 236210) sector, specifically addressing civil works and infrastructure maintenance. The market for specialized shoreline repair and coastal resilience projects is growing due to increasing environmental concerns and climate change impacts. While specific spending benchmarks for NASA's shoreline repairs are not readily available, the overall federal spending on civil works and construction is substantial, with significant investments in maintaining and upgrading government infrastructure.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (SS: false, SB: false). As a result, small businesses would likely participate as subcontractors to the prime contractor, CIVIL WORKS CONTRACTING LLC. The extent of small business subcontracting will depend on the prime contractor's strategy and the specific requirements of the contract, but there is potential for small businesses to benefit from this award through subcontracting opportunities.
Oversight & Accountability
Oversight for this contract will likely be managed by NASA's contracting officers and program managers responsible for facilities and infrastructure. The firm-fixed-price nature of the contract provides a degree of accountability by fixing the total cost. Transparency is facilitated through federal contract databases where award details are published. NASA's Office of Inspector General may conduct audits or investigations if performance issues or potential fraud are identified.
Related Government Programs
- US Army Corps of Engineers Civil Works Program
- General Services Administration (GSA) Public Buildings Service
- Department of Homeland Security (DHS) Coastal Resilience Projects
- National Oceanic and Atmospheric Administration (NOAA) Coastal Management
Risk Flags
- Potential for cost overruns if unforeseen site conditions arise.
- Risk of contractor default if financial or performance issues emerge.
- Environmental compliance challenges in sensitive coastal ecosystems.
Tags
construction, civil-works, shoreline-repairs, nasa, florida, firm-fixed-price, full-and-open-competition, delivery-order, industrial-building-construction, coastal-infrastructure
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $6.1 million to CIVIL WORKS CONTRACTING LLC. SHORELINE REPAIRS, VARIOUS LOCATIONS
Who is the contractor on this award?
The obligated recipient is CIVIL WORKS CONTRACTING LLC.
Which agency awarded this contract?
Awarding agency: National Aeronautics and Space Administration (National Aeronautics and Space Administration).
What is the total obligated amount?
The obligated amount is $6.1 million.
What is the period of performance?
Start: 2025-06-17. End: 2027-08-28.
What is the historical spending pattern for shoreline repairs by NASA?
Analyzing NASA's historical spending on shoreline repairs requires accessing detailed contract databases over multiple fiscal years. Without specific historical data for this contract action, it's difficult to provide precise figures. However, federal agencies like NASA, particularly those with coastal facilities (e.g., Kennedy Space Center, Johnson Space Center), periodically undertake such projects to mitigate erosion and storm damage. Spending can fluctuate significantly year-to-year based on the urgency of repairs, available funding, and the occurrence of major weather events. A trend analysis would likely show increased investment in recent years due to heightened awareness of climate change impacts and sea-level rise.
How does the number of bidders (5) compare to similar civil works contracts?
A competition with five bidders for a civil works contract valued at approximately $6 million is generally considered healthy. For specialized construction services, the number of capable and interested firms can vary. Contracts with fewer than three bidders might raise concerns about market liquidity or potential collusion, while excessively high numbers could indicate a lack of differentiation or overly broad solicitation. Five bidders suggest that the solicitation was well-publicized and that a reasonable number of qualified contractors were able to respond, likely contributing to competitive pricing and a fair selection process.
What are the primary risks associated with firm-fixed-price contracts for construction?
While firm-fixed-price (FFP) contracts are generally preferred by the government for cost control, they shift significant risk to the contractor. For construction projects like shoreline repairs, key risks include unforeseen site conditions (e.g., unexpected soil instability, buried debris), material price escalations beyond the contractor's control, and labor shortages. If the contractor underestimates these risks or encounters unforeseen complexities, they may incur losses, potentially leading to project delays, disputes, or even contractor default. However, for well-defined scopes of work, FFP contracts provide budget certainty for the government.
What is the typical duration for similar shoreline repair contracts?
The duration of shoreline repair contracts can vary widely depending on the scale and complexity of the project. A contract spanning over 800 days (approximately 2.2 years), like this one, suggests a substantial scope of work that may involve multiple phases, extensive environmental assessments, permitting processes, and potentially seasonal construction windows. Shorter-term contracts might focus on immediate, smaller-scale repairs, while longer durations are common for large-scale restoration, reinforcement, or new construction projects. The 802-day duration here seems appropriate for a project involving 'various locations' and potentially complex civil engineering.
What specific types of shoreline repairs are typically covered under such contracts?
Contracts for shoreline repairs can encompass a wide range of activities aimed at preventing erosion and protecting coastal infrastructure. Common types of work include the installation or repair of seawalls, revetments (using rock or concrete armor units), breakwaters, groins, and beach nourishment (adding sand). They may also involve vegetation planting for dune stabilization, dredging to maintain channels, or the construction of living shorelines using natural elements. The specific services under this NASA contract would depend on the identified vulnerabilities and the engineering solutions deemed most effective for the agency's facilities in Florida.
What is the significance of the contract being a 'Delivery Order'?
The designation 'Delivery Order' typically indicates that this contract is a task order issued under a pre-existing Indefinite Delivery/Indefinite Quantity (IDIQ) contract or a similar master agreement. IDIQ contracts establish terms and conditions for future work, allowing agencies to issue orders as needed. This approach streamlines the procurement process for recurring or anticipated needs. The significance is that the broader IDIQ contract likely underwent its own full and open competition, and this delivery order represents a specific call for services within those established parameters. It suggests a potentially ongoing relationship or framework for future repairs.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Industrial 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: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 190 RALEIGH ST, WILMINGTON, NC, 28412
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $6,064,161
Exercised Options: $6,064,161
Current Obligation: $6,064,161
Actual Outlays: $1,014,702
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80SSC018D0008
IDV Type: IDC
Timeline
Start Date: 2025-06-17
Current End Date: 2027-08-28
Potential End Date: 2027-08-28 00:00:00
Last Modified: 2026-03-23
More Contracts from Civil Works Contracting LLC
- X003 Industrial Area Paving Repairs UN280 (220044) — $16.6M (Department of Defense)
- Refurbish Potable Water Systems and Water Meters AT Stennis Space Center, MS — $8.9M (National Aeronautics and Space Administration)
- Msfc Building 4651 AIR Stripper — $7.9M (National Aeronautics and Space Administration)
- Potable Water Supply Line Replacement AT Stennis Space Center, MS — $5.3M (National Aeronautics and Space Administration)
- Project Title: Industrial Water Meters — $2.1M (National Aeronautics and Space Administration)
Other National Aeronautics and Space Administration Contracts
- International Space Station — $22.4B (THE Boeing Company)
- TAS::80 0124::TAS Design, Development, Test&evaluation of Project Orion — $15.5B (Lockheed Martin Corp)
- Provide Developmental Hardware and Test Articles, and Manufacture and Assemble Ares I Upper Stages. the Upper Stage (US) Element IS an Integral Part of the Ares I Launch Vehicle and Provides the Second Stage of Flight. the US Element IS Responsible for the Roll Control During the First Stage Burn and Separation; and Will Provide the Guidance and Navigation, Command and Data Handling, and Other Avionics Functions for the Ares I During ALL Phases of the Ascent Flight. the US Element IS a NEW Design That Emphasizes Safety, Operability, and Minimum Life Cycle Cost. the Overall Design, Development, Test and Evaluation (ddt&e), Production, and Sustaining Engineering Efforts Include Activities Performed by Three Organizations; the Nasa Design Team (NDT), the Upper Stage Production Contractor (uspc) and the Instrument Unit Production Contractor (iupc). for Clarity, the Uspc Will BE Referred to AS the Contractor Throughout This Document. Nasa IS Responsible for the Integration of the Primary Elements of the Ares I Launch Vehicle Including: the First Stage, US Including Instrument Unit (IU), and US Engine; and Will Also Integrate the Ares I Launch Vehicle AT the Launch Site. Nasa IS Responsible for the Ddt&e, Including Technical and Programmatic Integration of the US Subsystems and Government-Furnished Property. Nasa Will Lead the Effort to Develop the Requirements and Specifications of the US Element, the Development Plan and Testing Requirements, and ALL Design Documentation, Initial Manufacturing and Assembly Process Planning, Logistics Planning, and Operations Support Planning. Development, Qualification, and Acceptance Testing Will BE Conducted by Nasa and the Contractor to Satisfy Requirements and for Risk Mitigation. Nasa IS Responsible for the Overall Upper Stage Verification and Validation Process and Will Require Support From the Contractor. the Contractor IS Responsible for the Manufacture and Assembly of the Upper Stage Test Flight and Operational Upper Stage Units Including the Installation of Upper Stage Instrument Unit, the Government-Furnished US Engine, Booster Separation Motors, and Other Government-Furnished Property. a Description of the Nasa Managed and Performed Efforts IS Contained in the US Work Packages and Will BE Made Available to the Contractor to Ensure Their Understanding of the Roles and Responsibilities of the NDT, Iupc, and Contractor During the Design, Development, and Operation of the US Element. the US Conceptual Design Described in the Uso-Clv-Se-25704 US Design Definition Document (DDD) IS the Baseline Design for This Contract. the Contractors Early Role Will BE to Provide Producibility Engineering Support to Nasa VIA the Established US Office Structure and to Provide Inputs Into the Final Design Configuration, Specifications, and Standards. Nasa Will Transition the Manufacturing and Assembly, Logistics Support Infrastructure, Configuration Management, and the Sustaining Engineering Functions to the Contractor AT the KEY Points During the Development and Implementation of the Program Currently Planned to Occur NO Later Than 90 Days After the Completion of the Following Major Milestones: Manufacturing and Assembly US Preliminary Design Review (PDR) Logistics Support Infrastructure US PDR Configuration Management US Critical Design Review CDR) Sustaining Engineering US Design Certification Review (DCR) After the Completion of an Orderly Transition of Roles and Responsibilities to the Contractor, Nasa Will Assume an Insight Role Into the Contractors Production, Sustaining Engineering, and Operations Support of the Ares I US Test Program and Flight Hardware. After DCR, the Contractor Will BE Responsible for Sustaining Engineering PER SOW Section 4.7, AS Necessary to Maintain and Support the US Configuration and for Production and Operations Support — $10.5B (THE Boeing Company)
- Space Program Operations Contract (spoc) — $8.5B (United Space Alliance, LLC)
- Joint Us/Russian Human Space Flight Activities — $4.7B (Russia Space Agency)
View all National Aeronautics and Space Administration contracts →