DoD awards $22.8M for JBSA Lackland DFAC Renovation to Lifecycle Construction Services

Contract Overview

Contract Amount: $22,809,140 ($22.8M)

Contractor: Lifecycle Construction Services, LLC

Awarding Agency: Department of Defense

Start Date: 2023-10-24

End Date: 2026-12-08

Contract Duration: 1,141 days

Daily Burn Rate: $20.0K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: MESQUITE DINING FACILITY (DFAC) RENOVATION - JBSA LACKLAND B101

Place of Performance

Location: LACKLAND AFB, BEXAR County, TEXAS, 78236

State: Texas Government Spending

Plain-Language Summary

Department of Defense obligated $22.8 million to LIFECYCLE CONSTRUCTION SERVICES, LLC for work described as: MESQUITE DINING FACILITY (DFAC) RENOVATION - JBSA LACKLAND B101 Key points: 1. Contract awarded for a significant renovation of a dining facility at a major Air Force base. 2. The project involves substantial construction and modernization efforts for a critical support service. 3. The awardee, Lifecycle Construction Services, LLC, will manage the full scope of the renovation. 4. The contract is a firm-fixed-price delivery order, indicating a defined scope and cost. 5. The duration of the contract extends over three years, suggesting a complex and phased approach. 6. The project is located at Joint Base San Antonio (JBSA) Lackland, a key military installation.

Value Assessment

Rating: fair

The contract value of $22.8 million for a dining facility renovation appears substantial. Benchmarking against similar large-scale institutional building construction projects would be necessary to definitively assess value for money. The firm-fixed-price nature suggests cost certainty, but the total cost relative to the scope of work and market rates for similar renovations needs further analysis. Without specific details on the scope of renovation (e.g., square footage, types of upgrades), a precise comparison is challenging.

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,' indicating that the solicitation was broadly advertised, but specific sources were initially excluded before a full competition was opened. This suggests a deliberate effort to ensure a competitive process. The number of bidders is not explicitly stated in the provided data, but the designation implies multiple potential offerors were considered.

Taxpayer Impact: A full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to more favorable pricing and innovative solutions, ensuring the government receives the best value.

Public Impact

Service members and personnel stationed at JBSA Lackland will benefit from an improved dining facility. The renovation will modernize essential infrastructure, enhancing the quality of life for base occupants. The project's geographic impact is localized to JBSA Lackland in Texas. The construction activities will likely involve a local workforce, providing employment opportunities in the construction sector.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for cost overruns if unforeseen issues arise during renovation, despite fixed-price contract.
  • Delays in project completion could impact facility availability and operational readiness.
  • Scope creep could occur if project requirements are not tightly managed.
  • Contractor performance history and capacity for large-scale projects require scrutiny.

Positive Signals

  • Firm-fixed-price contract provides cost certainty for the government.
  • Full and open competition suggests a robust bidding process.
  • Long contract duration allows for phased execution and detailed oversight.
  • Award to a company specializing in construction indicates relevant expertise.

Sector Analysis

This contract falls within the Commercial and Institutional Building Construction sector, a significant segment of the broader construction industry. Federal spending in this area often supports infrastructure development and modernization for government facilities. Comparable spending benchmarks would involve analyzing other large-scale renovation or construction projects for federal buildings, particularly military installations, to gauge cost-effectiveness and market rates.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a set-aside. The prime contractor, Lifecycle Construction Services, LLC, may engage small businesses as subcontractors, but this is not mandated by the contract terms as presented.

Oversight & Accountability

Oversight for this contract will likely be managed by the Department of the Air Force contracting and engineering divisions at JBSA Lackland. Accountability measures are inherent in the firm-fixed-price contract, requiring the contractor to deliver the specified renovation within the agreed-upon cost and timeline. Transparency is generally maintained through contract award databases and reporting requirements, though specific oversight activities are internal to the agency.

Related Government Programs

  • Military Base Infrastructure Modernization
  • Department of Defense Construction Projects
  • Federal Building Renovations
  • Dining Facility Construction and Renovation

Risk Flags

  • Potential for schedule delays
  • Risk of unforeseen site conditions
  • Contractor performance history unknown
  • Market volatility impacting material costs

Tags

construction, defense, department-of-defense, air-force, firm-fixed-price, delivery-order, full-and-open-competition, institutional-building, renovation, texas, jbsa-lackland

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $22.8 million to LIFECYCLE CONSTRUCTION SERVICES, LLC. MESQUITE DINING FACILITY (DFAC) RENOVATION - JBSA LACKLAND B101

Who is the contractor on this award?

The obligated recipient is LIFECYCLE CONSTRUCTION SERVICES, LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Air Force).

What is the total obligated amount?

The obligated amount is $22.8 million.

What is the period of performance?

Start: 2023-10-24. End: 2026-12-08.

What is the track record of Lifecycle Construction Services, LLC on similar federal contracts?

A review of federal contract databases would be necessary to ascertain the track record of Lifecycle Construction Services, LLC. Key metrics to examine would include the number and value of previous contracts awarded, performance ratings (if available), any history of contract disputes or terminations, and the types of projects previously undertaken. Understanding their experience with large-scale institutional or military facility renovations is crucial for assessing their capability to successfully execute the JBSA Lackland DFAC renovation. Without this specific data, it is difficult to provide a detailed assessment of their past performance.

How does the awarded amount compare to similar DFAC renovation projects at other military installations?

To benchmark the $22.8 million award, one would need to identify comparable Dining Facility (DFAC) renovation projects at other Department of Defense installations. Factors such as the square footage of the facility, the extent of the renovation (e.g., structural, MEP upgrades, aesthetic improvements), the geographic location (which influences labor and material costs), and the year of award are critical for a meaningful comparison. A preliminary assessment suggests the amount is significant, implying a comprehensive renovation. Further analysis would involve normalizing costs by square footage or by specific upgrade categories to determine if the price is competitive within the federal construction market for similar scope projects.

What are the primary risks associated with this specific renovation project?

The primary risks associated with this renovation project include potential unforeseen structural issues discovered during demolition, which could lead to cost increases or schedule delays, even under a fixed-price contract. Another risk is the availability and cost of specialized construction materials and skilled labor, particularly in the current economic climate. Furthermore, ensuring minimal disruption to ongoing base operations during the renovation period presents logistical challenges. The long duration of the contract (over three years) also increases the risk of market fluctuations impacting material costs or labor availability.

What is the expected impact of this renovation on the operational effectiveness of JBSA Lackland?

The renovation of the Mesquite Dining Facility (DFAC) at JBSA Lackland is expected to significantly enhance the quality of life and morale for service members and base personnel by providing a modernized, functional, and potentially more efficient eating environment. An improved DFAC can contribute to better nutrition, increased convenience, and a more positive atmosphere, indirectly supporting overall operational readiness and effectiveness. The project's success hinges on timely completion and adherence to the renovated facility's design specifications, ensuring it meets the intended service levels for the base population.

How has federal spending on similar construction and renovation projects evolved over the past five years?

Federal spending on construction and renovation projects, particularly within the Department of Defense, has generally seen fluctuations influenced by budget appropriations, infrastructure needs, and national security priorities. Over the past five years, there has been a consistent emphasis on modernizing aging military facilities and investing in critical infrastructure. Spending trends can be analyzed by examining aggregate data for NAICS codes related to commercial and institutional building construction awarded by the DoD. Factors such as inflation, material costs, and the demand for construction services can influence year-over-year spending patterns, with potential increases observed during periods of heightened infrastructure investment.

What are the key performance indicators (KPIs) that will be used to measure the success of this contract?

Key performance indicators (KPIs) for this contract would likely include adherence to the project schedule, completion within the firm-fixed-price budget, and meeting all quality and safety standards outlined in the contract specifications. Specific KPIs might involve the successful completion of construction milestones, timely resolution of any deficiencies, and achieving final acceptance of the renovated facility. Post-occupancy evaluations could also assess user satisfaction and the facility's operational efficiency. The government's quality assurance representatives will play a crucial role in monitoring these KPIs throughout the contract duration.

Industry Classification

NAICS: ConstructionNonresidential Building ConstructionCommercial and Institutional Building Construction

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, 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: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1016 CHARLES ST, FREDERICKSBURG, VA, 22401

Business Categories: Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $22,809,140

Exercised Options: $22,809,140

Current Obligation: $22,809,140

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: FA301622D0020

IDV Type: IDC

Timeline

Start Date: 2023-10-24

Current End Date: 2026-12-08

Potential End Date: 2026-12-08 00:00:00

Last Modified: 2025-08-13

More Contracts from Lifecycle Construction Services, LLC

View all Lifecycle Construction Services, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending