Department of the Navy awards $11.6M contract for crash rescue station construction, highlighting commercial building expertise
Contract Overview
Contract Amount: $11,596,751 ($11.6M)
Contractor: Tuckman-Barbee Construction CO., Inc.
Awarding Agency: Department of Defense
Start Date: 2023-12-07
End Date: 2026-04-16
Contract Duration: 861 days
Daily Burn Rate: $13.5K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 6
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: P203U ADD AND REPAIR CRASH RESCUE STATION #2, B3464
Place of Performance
Location: WASHINGTON NAVY YARD, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20374
Plain-Language Summary
Department of Defense obligated $11.6 million to TUCKMAN-BARBEE CONSTRUCTION CO., INC. for work described as: P203U ADD AND REPAIR CRASH RESCUE STATION #2, B3464 Key points: 1. Contract value of $11.6 million indicates a significant investment in infrastructure. 2. Full and open competition suggests a robust bidding process. 3. Fixed-price contract type generally transfers risk to the contractor. 4. Project duration of 861 days points to a complex construction undertaking. 5. Geographic focus on Washington D.C. impacts local construction markets. 6. The award to TUCKMAN-BARBEE CONSTRUCTION CO., INC. reflects their established presence in the sector.
Value Assessment
Rating: good
The contract value of $11.6 million for constructing a crash rescue station appears reasonable given the scope of commercial and institutional building construction. Benchmarking against similar projects would provide a more precise value-for-money assessment, but the fixed-price nature suggests a defined cost expectation. The absence of specific cost breakdowns makes a detailed per-unit analysis challenging without further data.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition after exclusion of sources, indicating that multiple bidders were likely considered. The presence of 6 bids suggests a competitive environment, which typically drives better pricing and value for the government. The specific exclusion of sources prior to the full and open competition warrants further investigation to understand if any specialized capabilities were initially sought.
Taxpayer Impact: A competitive bidding process generally leads to more favorable pricing for taxpayers by encouraging contractors to offer their best value proposals.
Public Impact
The primary beneficiaries are the Department of the Navy and its personnel at the specified facility, who will gain improved safety and operational capabilities. The service delivered is the construction of a critical infrastructure asset: a crash rescue station. The geographic impact is concentrated in the District of Columbia, potentially creating local employment opportunities during the construction phase. Workforce implications include jobs for construction workers, project managers, and support staff within the local D.C. area.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if unforeseen site conditions arise, despite the fixed-price contract.
- Delays in project completion could impact operational readiness of the crash rescue services.
- Ensuring compliance with all environmental and building codes in the District of Columbia.
Positive Signals
- Fixed-price contract structure provides cost certainty for the government.
- Full and open competition suggests a fair and transparent procurement process.
- Award to an established construction company may indicate a lower risk of performance issues.
Sector Analysis
This contract falls within the Commercial and Institutional Building Construction sector, a significant segment of the construction industry. The market for such specialized facilities is driven by government and institutional needs for critical infrastructure. Comparable spending benchmarks would involve analyzing other construction projects for similar emergency response facilities across federal agencies.
Small Business Impact
The data indicates that this contract was not set aside for small businesses, and there is no explicit mention of subcontracting requirements for small businesses. This suggests that the primary award went to a larger firm, and the direct impact on the small business ecosystem may be limited unless the prime contractor actively engages small businesses for subcontracting opportunities.
Oversight & Accountability
Oversight will likely be managed by the Department of the Navy's contracting and facilities management divisions. Accountability measures are embedded in the fixed-price contract terms, with potential penalties for delays or non-performance. Transparency is facilitated by the contract award notice, but detailed project progress and financial oversight details may not be publicly available.
Related Government Programs
- Military Base Construction
- Emergency Services Facilities
- Department of Defense Infrastructure Projects
- Federal Building Construction Contracts
Risk Flags
- Potential for schedule delays due to project complexity and duration.
- Risk of cost overruns if unforeseen site conditions or material price fluctuations occur.
- Ensuring adequate competition despite potential initial source exclusions.
Tags
construction, department-of-defense, department-of-the-navy, district-of-columbia, commercial-building, institutional-building, full-and-open-competition, firm-fixed-price, infrastructure, emergency-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $11.6 million to TUCKMAN-BARBEE CONSTRUCTION CO., INC.. P203U ADD AND REPAIR CRASH RESCUE STATION #2, B3464
Who is the contractor on this award?
The obligated recipient is TUCKMAN-BARBEE CONSTRUCTION CO., INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Navy).
What is the total obligated amount?
The obligated amount is $11.6 million.
What is the period of performance?
Start: 2023-12-07. End: 2026-04-16.
What is the track record of TUCKMAN-BARBEE CONSTRUCTION CO., INC. with federal contracts, particularly within the Department of Defense?
TUCKMAN-BARBEE CONSTRUCTION CO., INC. has a history of performing federal construction contracts. While specific details on their track record with the Department of Defense require a deeper dive into federal procurement databases, their ability to win a $11.6 million contract for a specialized facility like a crash rescue station suggests they have met the necessary qualifications and past performance requirements. Analyzing their past performance ratings, any contract disputes, and the types of projects they have completed for the government would provide a more comprehensive understanding of their reliability and expertise in handling similar federal projects.
How does the awarded amount of $11.6 million compare to the average cost of similar crash rescue station construction projects?
Benchmarking the $11.6 million award against similar crash rescue station construction projects is crucial for assessing value for money. Without access to a specific database of comparable projects, a precise comparison is difficult. However, factors such as project size, complexity, location (e.g., high-cost urban areas like D.C.), and specific technological requirements for rescue equipment integration will influence the final cost. Generally, specialized government facilities can command higher prices due to stringent requirements and security protocols. Further analysis would involve identifying projects with similar square footage, functional requirements, and construction timelines within the last 2-3 years.
What are the primary risk indicators associated with this specific contract award?
Key risk indicators for this contract include the project's substantial duration (861 days), which increases the potential for unforeseen delays and cost escalations, even under a fixed-price contract. The complexity of constructing a specialized facility like a crash rescue station, which may involve unique equipment integration and safety systems, also presents a risk. Furthermore, the location in the District of Columbia could introduce risks related to local regulations, labor availability, and material costs. The fact that it was 'full and open competition after exclusion of sources' might indicate a niche requirement, potentially limiting the pool of highly qualified bidders and introducing a risk if the selected contractor faces performance issues.
How effective is the 'full and open competition after exclusion of sources' method in ensuring optimal value for this type of specialized construction?
The 'full and open competition after exclusion of sources' method aims to balance broad competition with the need for specific capabilities. In this case, it suggests that the Navy initially identified a need that might have been met by a limited number of specialized firms. By then opening it to full and open competition among those qualified, they likely sought to ensure a competitive price while still ensuring the necessary expertise. The effectiveness hinges on whether the initial exclusion criteria were too narrow or appropriately targeted. If the exclusion was justified by unique technical requirements, this method can yield good value. However, if the exclusion was overly restrictive, it could limit the competitive pool and potentially lead to a higher price than truly open competition might have achieved.
What are the historical spending patterns for crash rescue station construction or similar infrastructure projects by the Department of the Navy?
Analyzing historical spending patterns for similar projects by the Department of the Navy is essential for context. This involves examining past contracts for the construction or renovation of emergency response facilities, fire stations, or other specialized operational buildings. Key metrics to review would include contract values, duration, competition levels, and contractor performance over the last 5-10 years. Understanding these patterns can reveal trends in cost escalation, typical project timelines, and the prevalence of fixed-price versus cost-plus contracts for such infrastructure. It also helps in identifying if this $11.6 million award represents a significant increase or decrease compared to historical investments in similar capabilities.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Commercial and Institutional Building Construction
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: N4008018R0002
Offers Received: 6
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 16000 TRADE ZONE AVE, UPPER MARLBORO, MD, 20774
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $11,946,089
Exercised Options: $11,596,751
Current Obligation: $11,596,751
Actual Outlays: $448,750
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N4008021D0024
IDV Type: IDC
Timeline
Start Date: 2023-12-07
Current End Date: 2026-04-16
Potential End Date: 2026-04-16 00:00:00
Last Modified: 2025-09-17
More Contracts from Tuckman-Barbee Construction CO., Inc.
- Reece Road Access Control Point, FT Meade, MD — $28.7M (Department of Defense)
- Base BID Price for the for the Renovation Work Includes Services to Construct a Clean Room Laboratory and Incidental Related Work AT Naval Research Laboratory Compound Semiconductor Production Facility (cspf),Washington, DC — $20.9M (Department of Defense)
View all Tuckman-Barbee Construction CO., Inc. federal contracts →
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)