GSA's $36.4M Custom House Repair Contract Awarded to Woodward Design + Build for Hurricane Katrina Recovery

Contract Overview

Contract Amount: $36,408,928 ($36.4M)

Contractor: Woodward Design + Build, LLC

Awarding Agency: General Services Administration

Start Date: 2006-09-12

End Date: 2009-10-09

Contract Duration: 1,123 days

Daily Burn Rate: $32.4K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: REPAIR AND ALTERATION (HURRICANE KATRINA), US CUSTOM HOUSE, NEW ORLEANS, LA

Place of Performance

Location: NEW ORLEANS, ORLEANS County, LOUISIANA, 70130

State: Louisiana Government Spending

Plain-Language Summary

General Services Administration obligated $36.4 million to WOODWARD DESIGN + BUILD, LLC for work described as: REPAIR AND ALTERATION (HURRICANE KATRINA), US CUSTOM HOUSE, NEW ORLEANS, LA Key points: 1. Contract value of $36.4 million for building repair and alteration. 2. Awarded under full and open competition, indicating broad market engagement. 3. Contract duration of 1123 days suggests a substantial, long-term project. 4. Firm Fixed Price contract type aims to control costs and manage risk. 5. Project focused on post-Hurricane Katrina recovery in New Orleans, Louisiana. 6. Contractor: Woodward Design + Build, LLC. 7. Agency: General Services Administration (GSA).

Value Assessment

Rating: fair

The contract value of $36.4 million for building repair and alteration appears substantial, reflecting the scale of post-disaster reconstruction. Without specific benchmarks for similar large-scale commercial building repairs in disaster zones, a precise value-for-money assessment is challenging. However, the firm fixed-price structure suggests an attempt to lock in costs. The duration of over three years indicates a significant undertaking, and the final cost should be evaluated against the initial scope and any change orders.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded through full and open competition, meaning all responsible sources were permitted to submit a bid. The presence of 3 bids indicates a moderate level of competition for this significant reconstruction project. While three bidders suggest some market interest, a higher number of bids would typically lead to more aggressive pricing and potentially better value for the government.

Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it encourages a wider range of contractors to compete, potentially driving down prices and ensuring the best value is secured.

Public Impact

The primary beneficiaries are the federal government and the public, through the restoration of a critical federal facility. Services delivered include the repair and alteration of the US Custom House in New Orleans. Geographic impact is concentrated in New Orleans, Louisiana, contributing to the city's recovery. Workforce implications include job creation for construction workers and related trades in the region.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Commercial and Institutional Building Construction sector (NAICS 236220). This sector encompasses establishments primarily engaged in the construction or remodeling of nonresidential buildings. The project's focus on repairing and altering a federal building post-disaster highlights the critical role of construction services in infrastructure resilience and recovery. Comparable spending benchmarks would typically involve other large-scale federal building renovation projects, particularly those in disaster-affected areas, to assess cost-effectiveness.

Small Business Impact

The contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses in the provided data. This suggests that the primary award went to a larger entity capable of handling the scale of the project. The impact on the small business ecosystem is likely minimal for this specific prime contract, though opportunities may have existed for small businesses as subcontractors to the prime awardee.

Oversight & Accountability

Oversight for this contract would primarily fall under the General Services Administration (GSA), specifically its Public Buildings Service. GSA has established procurement regulations and contract administration processes to ensure compliance. Transparency is facilitated through contract award databases like FPDS. Accountability measures would include performance reviews, adherence to contract terms, and potential recourse through contract disputes or Inspector General investigations if issues arise.

Related Government Programs

Risk Flags

Tags

construction, general-services-administration, public-buildings-service, firm-fixed-price, full-and-open-competition, disaster-recovery, hurricane-katrina, new-orleans, louisiana, commercial-and-institutional-building-construction, federal-building, repair-and-alteration

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $36.4 million to WOODWARD DESIGN + BUILD, LLC. REPAIR AND ALTERATION (HURRICANE KATRINA), US CUSTOM HOUSE, NEW ORLEANS, LA

Who is the contractor on this award?

The obligated recipient is WOODWARD DESIGN + BUILD, LLC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Public Buildings Service).

What is the total obligated amount?

The obligated amount is $36.4 million.

What is the period of performance?

Start: 2006-09-12. End: 2009-10-09.

What was the specific scope of work for the repair and alteration of the US Custom House?

The provided data indicates the contract was for 'REPAIR AND ALTERATION (HURRICANE KATRINA), US CUSTOM HOUSE, NEW ORLEANS, LA'. While specific details of the scope are not itemized, it can be inferred that the work involved addressing damage caused by Hurricane Katrina. This likely included structural repairs, restoration of damaged systems (electrical, plumbing, HVAC), interior and exterior renovations, and potentially upgrades to meet current building codes and resilience standards. The duration of over three years suggests a comprehensive project addressing significant damage or extensive modernization post-disaster.

How does the $36.4 million contract value compare to similar federal building repair projects?

Benchmarking the $36.4 million contract value requires comparison with similar large-scale federal building repair and alteration projects, particularly those undertaken in response to natural disasters. Without access to a detailed database of comparable projects with specific scope and location context, a precise comparison is difficult. However, for a major federal facility undergoing extensive post-disaster repairs, a value in the tens of millions of dollars is not uncommon. Factors influencing cost include the size of the building, the extent of damage, the complexity of repairs, and prevailing labor and material costs in the region at the time of the contract.

What were the key risks associated with this contract, and how were they managed?

Key risks for a contract of this nature include unforeseen structural issues discovered during repairs, potential for material cost escalation, labor shortages, and schedule delays due to weather or complexity. The contract was awarded as a Firm Fixed Price (FFP), which shifts the risk of cost overruns to the contractor, incentivizing them to manage costs effectively. The long duration (1123 days) suggests a planned approach to mitigate schedule risks. The General Services Administration (GSA) likely employed standard contract oversight mechanisms, including regular progress reviews and site inspections, to monitor performance and identify potential issues early.

What was the track record of Woodward Design + Build, LLC prior to this award?

The provided data does not include information on the prior track record of Woodward Design + Build, LLC. A comprehensive assessment would require reviewing their past performance on federal contracts, including their history with similar types of construction, adherence to schedules and budgets, and any past performance issues or commendations. Federal procurement systems often contain past performance information that can be accessed by agencies during source selection.

How did the 'full and open competition' process benefit taxpayers in this instance?

The 'full and open competition' process is designed to maximize taxpayer benefit by ensuring that the government solicits bids from the widest possible pool of qualified contractors. This broad competition typically drives down prices as contractors vie for the award. It also increases the likelihood that the government will receive proposals that offer the best combination of technical approach and price. In this case, with three bids received, the competition likely resulted in a more favorable price than a sole-source or limited competition award, although the exact degree of benefit is hard to quantify without knowing the bid amounts.

What is the significance of the NAICS code 236220 for this contract?

The NAICS code 236220, 'Commercial and Institutional Building Construction,' signifies that the primary business activity of the contractor and the nature of the work performed under this contract relate to the construction or renovation of nonresidential buildings. This includes a wide range of structures such as office buildings, government facilities, schools, and hospitals. For this specific contract, it confirms the project's focus on the physical construction and alteration of the US Custom House, a significant federal institutional building.

Industry Classification

NAICS: ConstructionNonresidential Building ConstructionCommercial and Institutional Building Construction

Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIESCONSTRUCTION OF BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: GS-07P-06-UFC-5000

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1019 S DUPRE ST, NEW ORLEANS, LA, 02

Business Categories: Category Business, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $36,408,928

Exercised Options: $36,408,928

Current Obligation: $36,408,928

Timeline

Start Date: 2006-09-12

Current End Date: 2009-10-09

Potential End Date: 2009-10-09 00:00:00

Last Modified: 2009-08-18

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending