NASA's $15.1M roof replacement at Michoud Assembly Facility awarded to Pontchartrain Partners, LLC
Contract Overview
Contract Amount: $15,123,198 ($15.1M)
Contractor: Pontchartrain Partners, LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2020-12-02
End Date: 2024-10-19
Contract Duration: 1,417 days
Daily Burn Rate: $10.7K/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: MICHOUD ASSEMBLY FACILITY (MAF) BUILDING 103 ROOF AND FANHOUSE REPLACEMENT
Place of Performance
Location: NEW ORLEANS, ORLEANS County, LOUISIANA, 70129
Plain-Language Summary
National Aeronautics and Space Administration obligated $15.1 million to PONTCHARTRAIN PARTNERS, LLC for work described as: MICHOUD ASSEMBLY FACILITY (MAF) BUILDING 103 ROOF AND FANHOUSE REPLACEMENT Key points: 1. Contract value represents a significant investment in critical infrastructure for a key aerospace facility. 2. The contract was awarded under full and open competition after exclusion of sources, suggesting a deliberate procurement strategy. 3. A duration of 1417 days indicates a long-term project with potential for extended contractor involvement. 4. The firm-fixed-price contract type aims to control costs and transfer risk to the contractor. 5. The project's focus on roof and fanhouse replacement addresses essential facility maintenance and operational integrity.
Value Assessment
Rating: fair
The contract value of $15.1 million for a roof and fanhouse replacement at a major assembly facility appears substantial. Benchmarking against similar large-scale industrial building construction projects for federal agencies is necessary to fully assess value. Without specific details on the scope of work, square footage, or materials, a precise per-unit cost comparison is difficult. However, the duration of the project (1417 days) suggests a complex undertaking, which could justify a higher overall cost if the scope is extensive and involves significant structural or system integration.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This procurement method indicates that while the competition was intended to be open, specific sources were excluded, possibly due to pre-qualification requirements, specialized capabilities, or prior performance. The number of bidders (5) suggests a moderate level of competition, which is generally positive for price discovery, but the exclusion of certain sources might limit the full potential for competitive pricing.
Taxpayer Impact: The exclusion of sources, even in an otherwise open competition, could potentially lead to a higher price for taxpayers if it narrowed the field of qualified and competitive bidders.
Public Impact
The primary beneficiaries are NASA and its operations at the Michoud Assembly Facility, ensuring the integrity of sensitive equipment and manufacturing processes. The project delivers essential infrastructure upgrades, specifically addressing the replacement of the facility's roof and fanhouse. The geographic impact is localized to the Michoud Assembly Facility in Louisiana, a critical site for aerospace manufacturing. Workforce implications include employment opportunities for construction labor and specialized trades involved in industrial building construction.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if unforeseen structural issues arise during roof and fanhouse replacement.
- Risk of project delays due to the extended duration and complexity of the work.
- Dependence on a single contractor for a critical, long-term infrastructure project.
- The 'exclusion of sources' in competition could limit the most competitive pricing.
Positive Signals
- Firm-fixed-price contract type helps mitigate cost uncertainty for the government.
- Awarding to a single entity for a comprehensive replacement project can streamline management.
- The project addresses essential facility maintenance, ensuring operational continuity.
- The competition, though limited, still involved multiple bidders, indicating some market engagement.
Sector Analysis
This contract falls within the Industrial Building Construction sector, specifically supporting critical infrastructure for a government-owned, contractor-operated facility. The aerospace industry relies heavily on specialized facilities like the Michoud Assembly Facility. Spending on facility maintenance and upgrades is a common necessity across federal agencies to ensure operational readiness and asset longevity. Comparable spending benchmarks would typically involve large-scale construction and renovation projects for industrial or manufacturing sites, often with specialized requirements.
Small Business Impact
The contract data indicates that small business participation was not a primary set-aside consideration (ss: false, sb: false). This suggests the contract was not specifically targeted for small businesses. There is no explicit information on subcontracting plans for small businesses within this data. The impact on the small business ecosystem is likely minimal unless the prime contractor voluntarily engages small businesses for specialized services or materials.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of NASA's contracting officer and program management. Accountability measures are embedded in the firm-fixed-price contract terms, requiring delivery of specified work within agreed-upon parameters. Transparency is generally facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply if any allegations of fraud, waste, or abuse arise during the contract performance.
Related Government Programs
- NASA Facility Maintenance and Repair
- Federal Industrial Building Construction
- Aerospace Manufacturing Infrastructure
- Public Buildings Service Construction Contracts
- Department of Defense Facility Upgrades
Risk Flags
- Potential for cost escalation if scope is not clearly defined.
- Risk of schedule delays due to complexity or unforeseen site conditions.
- Limited competition may impact optimal price discovery.
- Long project duration increases exposure to changing requirements or economic conditions.
Tags
nasa, construction, industrial-building-construction, firm-fixed-price, full-and-open-competition-after-exclusion-of-sources, delivery-order, louisiana, large-contract, facility-maintenance, aerospace, infrastructure-upgrade
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $15.1 million to PONTCHARTRAIN PARTNERS, LLC. MICHOUD ASSEMBLY FACILITY (MAF) BUILDING 103 ROOF AND FANHOUSE REPLACEMENT
Who is the contractor on this award?
The obligated recipient is PONTCHARTRAIN PARTNERS, 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 $15.1 million.
What is the period of performance?
Start: 2020-12-02. End: 2024-10-19.
What is the specific scope of work for the roof and fanhouse replacement, and how does it compare to industry standards for similar facilities?
The provided data does not detail the specific scope of work beyond 'ROOF AND FANHOUSE REPLACEMENT.' A comprehensive assessment would require reviewing the contract's Statement of Work (SOW). Industry standards for such replacements vary based on the facility's age, materials, environmental conditions, and specific functional requirements. For a facility like Michoud Assembly Facility, which supports complex aerospace manufacturing, the scope likely includes not only weatherproofing but also ensuring structural integrity, integration with existing HVAC and ventilation systems (for the fanhouse), and compliance with stringent safety and operational protocols. Without the SOW, it's impossible to benchmark against industry standards or assess if the $15.1M price is commensurate with the work performed.
How did the exclusion of sources impact the competitive landscape and potential pricing for this contract?
The procurement method 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' implies that while the competition was not restricted to a single source, certain potential bidders were deliberately excluded. The reasons for exclusion could range from failure to meet specific technical qualifications, past performance issues, or proprietary technology requirements. With 5 bidders participating, the competition was not entirely limited, but the exclusion could have reduced the number of highly competitive offers. This narrowing of the field might have led to a higher final price than if all capable sources had been allowed to compete, potentially impacting the value for taxpayers.
What are the key performance indicators (KPIs) used to measure the success of this roof and fanhouse replacement project?
The provided data does not specify the Key Performance Indicators (KPIs) for this contract. Typically, for construction projects of this nature, KPIs would include adherence to schedule (e.g., meeting milestones within the 1417-day duration), quality of workmanship (e.g., compliance with building codes, material specifications, absence of defects), safety performance (e.g., incident rates), and adherence to budget (especially relevant for firm-fixed-price contracts where the contractor bears cost overruns). Successful completion of the project, defined by the government's acceptance of the new roof and fanhouse meeting all specified requirements, would be the ultimate measure.
What is the historical spending pattern for roof and fanhouse maintenance or replacement at the Michoud Assembly Facility?
The provided data focuses on a single contract award and does not offer historical spending patterns for the Michoud Assembly Facility. To analyze historical spending, one would need to query contract databases for previous awards related to facility maintenance, repair, or construction at this specific location over several fiscal years. Understanding past investments in similar infrastructure projects would provide context for the current $15.1 million expenditure, helping to determine if it represents a typical investment, an increase due to deferred maintenance, or a significant upgrade.
What is the track record of Pontchartrain Partners, LLC in performing similar large-scale industrial construction contracts for the federal government?
The provided data identifies Pontchartrain Partners, LLC as the contractor but does not include details on their past performance or track record with federal contracts. A thorough assessment would require examining their contract history, including the types and values of previous projects, client feedback (e.g., CPARS reports), and any history of disputes or contract terminations. Without this information, it is difficult to evaluate their capability and reliability in executing a project of this scale and importance for NASA.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Industrial 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: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Pontchartrain Partners LLC
Address: 739 S CLARK ST, NEW ORLEANS, LA, 70119
Business Categories: Black American Owned Business, Category Business, Limited Liability Corporation, Minority Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $19,903,613
Exercised Options: $19,903,613
Current Obligation: $15,123,198
Actual Outlays: $14,338,738
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80SSC018D0007
IDV Type: IDC
Timeline
Start Date: 2020-12-02
Current End Date: 2024-10-19
Potential End Date: 2024-10-19 00:00:00
Last Modified: 2026-03-02
More Contracts from Pontchartrain Partners, LLC
- Dmpa NO. 10, Shoreline Erosion Preventio — $13.3M (Department of Defense)
- B221 Replace Ring BUS — $8.9M (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 →