NASA awards $36.1M contract for Building 103 roofing replacement, a multi-phase project
Contract Overview
Contract Amount: $36,143,358 ($36.1M)
Contractor: A & H-Ambica JV LLC
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2022-01-12
End Date: 2026-11-27
Contract Duration: 1,780 days
Daily Burn Rate: $20.3K/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: THIS IS THE SECOND PHASE OF A MULTI-PHASE PROJECT. PHASE 2 CONSISTS OF THE REMOVAL AND REPLACEMENT.OF THE EXISTING ROOFING SYSTEM IN THE NORTHEAST QUADRANT OF BUILDING 103.
Place of Performance
Location: NEW ORLEANS, ORLEANS County, LOUISIANA, 70129
Plain-Language Summary
National Aeronautics and Space Administration obligated $36.1 million to A & H-AMBICA JV LLC for work described as: THIS IS THE SECOND PHASE OF A MULTI-PHASE PROJECT. PHASE 2 CONSISTS OF THE REMOVAL AND REPLACEMENT.OF THE EXISTING ROOFING SYSTEM IN THE NORTHEAST QUADRANT OF BUILDING 103. Key points: 1. Contract awarded to A & H-AMBICA JV LLC for a firm-fixed-price delivery order. 2. Project involves removal and replacement of the roofing system in the Northeast Quadrant of Building 103. 3. This is the second phase of a multi-phase project, indicating potential for future work. 4. The contract duration is 1780 days, spanning from January 2022 to November 2026. 5. The contract was awarded under full and open competition after exclusion of sources. 6. The North American Industry Classification System (NAICS) code is 236210 for Industrial Building Construction.
Value Assessment
Rating: fair
The contract value of $36.1 million for a multi-year roofing replacement project appears within a reasonable range for large-scale industrial building construction. However, without specific details on the scope of work, materials used, and the condition of the existing roof, a precise value-for-money assessment is challenging. Benchmarking against similar NASA or other federal agency roofing projects of comparable size and complexity would be necessary for a more definitive evaluation of pricing and value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'full and open competition after exclusion of sources.' This suggests that while the competition was intended to be open, there might have been specific reasons or criteria that led to the exclusion of certain potential bidders. The number of bidders is not specified, but the 'full and open' designation implies a competitive process was utilized, which generally aids in price discovery.
Taxpayer Impact: A competitive process, even with exclusions, is generally favorable for taxpayers as it aims to secure the best possible price and quality through market forces.
Public Impact
The primary beneficiary is NASA, which will receive a renewed and functional roofing system for Building 103. The services delivered include the removal of an old roofing system and the installation of a new one. The geographic impact is localized to the NASA facility in Louisiana (ST, SN). The project will likely involve construction labor, potentially creating or sustaining jobs in the local area.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if unforeseen structural issues are discovered during roof removal.
- Risk of project delays due to weather or material availability, impacting the long duration.
- Dependence on a single joint venture (A & H-AMBICA JV LLC) for project completion.
Positive Signals
- Award to a joint venture suggests combined expertise and capacity for a complex project.
- Firm-fixed-price contract provides cost certainty for the government.
- Multi-phase project approach indicates a structured and planned execution strategy.
Sector Analysis
This contract falls within the Industrial Building Construction sector, specifically focusing on infrastructure maintenance and upgrades for federal facilities. The market for large-scale construction and renovation projects for government agencies is substantial, driven by the need to maintain aging infrastructure and adapt facilities to new requirements. Comparable spending benchmarks would involve analyzing other large roofing or building envelope projects awarded by agencies like GSA, DoD, or other major federal entities.
Small Business Impact
The data does not indicate any specific small business set-aside provisions for this contract. The award was made to a joint venture, A & H-AMBICA JV LLC. Further investigation would be needed to determine if this joint venture itself includes small business participation or if subcontracting opportunities will be made available to small businesses.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the relevant program office within NASA. Accountability measures are embedded in the firm-fixed-price contract terms, requiring delivery of specified services. Transparency is generally maintained through contract award databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Federal Building and Facilities Construction
- Infrastructure Maintenance and Repair
- NASA Capital Improvement Projects
- Large-Scale Roofing Projects
Risk Flags
- Potential for cost escalation over long contract duration.
- Uncertainty regarding specific scope and materials without SOW.
- Limited public information on contractor's specific past performance for similar projects.
Tags
construction, industrial-building-construction, nasa, louisiana, firm-fixed-price, delivery-order, full-and-open-competition, infrastructure-maintenance, building-envelope, multi-phase-project
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $36.1 million to A & H-AMBICA JV LLC. THIS IS THE SECOND PHASE OF A MULTI-PHASE PROJECT. PHASE 2 CONSISTS OF THE REMOVAL AND REPLACEMENT.OF THE EXISTING ROOFING SYSTEM IN THE NORTHEAST QUADRANT OF BUILDING 103.
Who is the contractor on this award?
The obligated recipient is A & H-AMBICA JV 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 $36.1 million.
What is the period of performance?
Start: 2022-01-12. End: 2026-11-27.
What is the specific scope of work for the roofing replacement, including materials and expected lifespan of the new system?
The provided data indicates that Phase 2 of this multi-phase project involves the 'removal and replacement of the existing roofing system in the Northeast Quadrant of Building 103.' However, specific details regarding the type of roofing materials to be used (e.g., TPO, EPDM, modified bitumen), the expected lifespan of the new system, and any associated structural repairs or upgrades are not included. A comprehensive understanding of these elements is crucial for evaluating the long-term value and performance of the contract. Further documentation, such as the Statement of Work (SOW) or technical specifications, would be necessary to provide a detailed answer.
How does the $36.1 million contract value compare to similar roofing replacement projects at other federal facilities?
Benchmarking the $36.1 million contract value requires comparison with similar large-scale roofing replacement projects at federal facilities. Factors such as the size of the area being re-roofed (in square feet), the complexity of the roof structure, the type of materials specified, and the prevailing market rates for construction labor and materials in the specific geographic region (Louisiana, in this case) are critical. Without access to a database of comparable federal roofing contracts, it is difficult to definitively state whether this price is high, low, or average. However, for a significant portion of a large building, a multi-million dollar contract is not unusual, especially if specialized materials or extensive structural work are involved.
What were the key criteria or reasons for the 'exclusion of sources' in this full and open competition?
The designation 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' suggests that the initial solicitation was intended for broad competition, but certain sources were subsequently excluded. The reasons for such exclusions can vary. Common justifications include: failure to meet minimum technical qualifications, inability to provide required bonding, past performance issues, or specific regulatory requirements that limit the pool of eligible contractors. Without the specific contract award justification documentation, the precise reasons for excluding sources remain unknown. This exclusion could potentially limit the breadth of competition and impact price discovery.
What is the track record of A & H-AMBICA JV LLC in performing similar large-scale construction and roofing projects for the federal government?
Information regarding the specific track record of the joint venture 'A & H-AMBICA JV LLC' in performing similar large-scale construction and roofing projects for the federal government is not detailed in the provided data. As a joint venture, its performance history may be a composite of its individual member companies' past performance. To assess their capabilities and reliability, one would typically review their contract history, past performance evaluations (e.g., CPARS reports), and any documented successes or failures on previous federal projects. This information is crucial for understanding the risk associated with awarding this significant contract to them.
What are the potential risks associated with the 1780-day duration of this contract, and what mitigation strategies are in place?
A contract duration of 1780 days (approximately 4.8 years) for a roofing replacement project presents several potential risks. These include: escalation of material and labor costs over the extended period, potential for contractor performance degradation due to the long timeline, increased likelihood of unforeseen site conditions or scope changes, and the risk of the existing roof failing further before completion. Mitigation strategies typically involve robust contract management, regular progress reviews, clear change order processes, and potentially incorporating economic price adjustment clauses if market volatility is a significant concern. The firm-fixed-price nature of the contract aims to cap cost increases for the government, but managing the schedule and performance over such a long duration is key.
How does this contract fit into NASA's broader infrastructure maintenance and modernization strategy?
This contract for the roofing replacement of Building 103 is likely part of NASA's ongoing efforts to maintain and modernize its vast array of facilities. Federal agencies, particularly those with extensive research and operational campuses like NASA, must continually invest in infrastructure upkeep to ensure the safety, security, and operational efficiency of their assets. This project addresses a critical component of building integrity – the roof – which protects sensitive equipment, research data, and personnel. Its inclusion as Phase 2 of a multi-phase project suggests a planned, strategic approach to addressing facility needs rather than ad-hoc repairs.
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
Solicitation ID: 80MSFC21MAC02
Offers Received: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 27489 6 MILE RD, LIVONIA, MI, 48152
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $36,143,358
Exercised Options: $36,143,358
Current Obligation: $36,143,358
Actual Outlays: $30,638,842
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80SSC018D0017
IDV Type: IDC
Timeline
Start Date: 2022-01-12
Current End Date: 2026-11-27
Potential End Date: 2026-11-27 00:00:00
Last Modified: 2025-06-03
More Contracts from A & H-Ambica JV LLC
- DLA Ddrt Bldg. 572 Roof Work — $20.2M (Department of Defense)
- Nasa IS Procuring a Design/Build Package to Evaluate, Design, and Implement a Solution for a Select List of Roofing System and Related Repairs AT Stennis Space Center — $13.0M (National Aeronautics and Space Administration)
- Vglz199555 Repair Fire Station Foundation B859 — $6.0M (Department of Defense)
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 →