DoD Awards $6.1M for Air Handling Unit Fan Relocation, Project Duration 485 Days

Contract Overview

Contract Amount: $6,113,795 ($6.1M)

Contractor: Nisou LGC JV, LLC

Awarding Agency: Department of Defense

Start Date: 2025-03-10

End Date: 2026-07-08

Contract Duration: 485 days

Daily Burn Rate: $12.6K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: MACC PROJECT 19-1683; REPAIR TO RELOCATE AHU FANS

Place of Performance

Location: DAYTON, GREENE County, OHIO, 45433

State: Ohio Government Spending

Plain-Language Summary

Department of Defense obligated $6.1 million to NISOU LGC JV, LLC for work described as: MACC PROJECT 19-1683; REPAIR TO RELOCATE AHU FANS Key points: 1. Contract awarded to NISOU LGC JV, LLC for $6.1M. 2. Project involves repair and relocation of AHU fans. 3. Competition method was 'Full and Open Competition After Exclusion of Sources'. 4. Sector is Commercial and Institutional Building Construction. 5. Project duration is 485 days, ending July 2026.

Value Assessment

Rating: fair

The contract value of $6.1M for a 485-day project appears within a reasonable range for construction and repair services of this nature. Benchmarking against similar MACC projects or specific repair tasks would provide a more precise assessment.

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 a competitive process but with specific source exclusions. This method aims for broad competition while potentially narrowing the field based on pre-defined criteria, impacting price discovery.

Taxpayer Impact: The $6.1M expenditure represents taxpayer investment in facility maintenance and upgrades for the Department of the Air Force.

Public Impact

Ensures operational readiness by maintaining critical building infrastructure. Supports facility modernization and improved environmental controls. Project completion will enhance the functionality of Air Force facilities.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for cost overruns if unforeseen issues arise during relocation.
  • Limited information on specific performance metrics or quality control.
  • Exclusion of sources in competition may limit ultimate price competitiveness.

Positive Signals

  • Clear project scope for repair and relocation.
  • Defined contract duration and completion date.
  • Awarded to a joint venture, potentially bringing diverse expertise.

Sector Analysis

The Commercial and Institutional Building Construction sector encompasses a wide range of projects. Spending benchmarks for facility repair and upgrades vary significantly based on scope, location, and complexity. This project falls within typical maintenance and repair expenditures for federal facilities.

Small Business Impact

The contract was awarded to NISOU LGC JV, LLC. Information regarding the small business status of this joint venture or its subcontractors is not provided, making it difficult to assess small business participation.

Oversight & Accountability

The Department of the Air Force is responsible for overseeing this contract. Standard oversight mechanisms for construction projects, including site inspections and progress reporting, should be in place to ensure timely and quality completion.

Related Government Programs

  • Commercial and Institutional Building Construction
  • Department of Defense Contracting
  • Department of the Air Force Programs

Risk Flags

  • Potential for scope creep or change orders.
  • Dependency on contractor's specialized expertise.
  • Risk of delays due to unforeseen site conditions.
  • Ensuring long-term reliability of relocated equipment.

Tags

commercial-and-institutional-building-co, department-of-defense, oh, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $6.1 million to NISOU LGC JV, LLC. MACC PROJECT 19-1683; REPAIR TO RELOCATE AHU FANS

Who is the contractor on this award?

The obligated recipient is NISOU LGC JV, 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 $6.1 million.

What is the period of performance?

Start: 2025-03-10. End: 2026-07-08.

What specific factors led to the exclusion of certain sources in the 'Full and Open Competition After Exclusion of Sources' method, and how did this impact the final price?

The exclusion of sources typically occurs when specific capabilities, past performance, or security clearances are required that only a subset of potential contractors possess. This can limit the number of bidders, potentially leading to less aggressive pricing than a truly unrestricted full and open competition. Further details on the exclusion criteria would be needed for a definitive analysis of price impact.

What are the key performance indicators (KPIs) for this project, and how will success be measured beyond simple completion?

Key performance indicators for this project would likely include adherence to the schedule, budget, quality of the repair and relocation work, and minimal disruption to ongoing base operations. Success measurement should involve post-completion inspections, functional testing of the relocated AHU fans, and verification that environmental control standards are met or improved.

Are there any potential environmental or safety risks associated with relocating AHU fans, and what mitigation strategies are in place?

Relocating AHU fans can involve risks such as structural integrity issues, electrical hazards, and potential disruption to HVAC systems, leading to temporary environmental control problems. Mitigation strategies should include detailed engineering plans, adherence to safety protocols during demolition and installation, proper containment of dust and debris, and contingency plans for system downtime.

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: 4

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 7310 WOODWARD AVENUE SUITE 500, DETROIT, MI, 48202

Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Joint Venture Women Owned Small Business, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $6,113,795

Exercised Options: $6,113,795

Current Obligation: $6,113,795

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: FA860121D0006

IDV Type: IDC

Timeline

Start Date: 2025-03-10

Current End Date: 2026-07-08

Potential End Date: 2026-07-08 00:00:00

Last Modified: 2025-12-30

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending