Department of the Navy awards $17.1M contract for architectural services, highlighting a need for specialized design expertise
Contract Overview
Contract Amount: $17,117,577 ($17.1M)
Contractor: RLF and Sherlock Smith and Adams JV
Awarding Agency: Department of Defense
Start Date: 2022-09-27
End Date: 2026-08-10
Contract Duration: 1,413 days
Daily Burn Rate: $12.1K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: AE DESIGN TASK ORDER USNH ALTERATION
Plain-Language Summary
Department of Defense obligated $17.1 million to RLF AND SHERLOCK SMITH AND ADAMS JV for work described as: AE DESIGN TASK ORDER USNH ALTERATION Key points: 1. The contract value of $17.1 million for architectural services suggests a significant project scope requiring extensive design and planning. 2. Full and open competition indicates a broad market engagement, potentially leading to competitive pricing and a wider pool of qualified bidders. 3. The firm-fixed-price contract type shifts performance risk to the contractor, encouraging efficient project execution. 4. The duration of the task order (over 3 years) points to a complex, long-term requirement for architectural support. 5. The specialized nature of architectural services (NAICS 541310) positions this contract within a niche but critical sector for infrastructure development. 6. The absence of small business set-aside flags suggests the primary contract was not specifically targeted for small business participation.
Value Assessment
Rating: good
The contract value of $17.1 million for architectural services appears reasonable given the project's duration and the specialized nature of the work. Benchmarking against similar large-scale architectural projects for the Department of Defense would provide a more precise value-for-money assessment. The firm-fixed-price structure is generally favorable for cost control when project requirements are well-defined.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, suggesting that multiple firms were invited to bid. The specific number of bidders is not provided, but this procurement method generally fosters a competitive environment, which can lead to better pricing and innovation. The Department of the Navy likely sought to leverage the broadest possible market to find the best value.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it increases the likelihood of securing services at competitive rates and encourages a wider range of qualified contractors to participate, driving efficiency.
Public Impact
The Department of the Navy benefits from specialized architectural design services to support its infrastructure and facilities. This contract will likely result in the delivery of architectural plans, specifications, and potentially construction oversight for naval facilities. The geographic impact is likely concentrated around naval installations where the architectural services are required. The contract supports the architecture and engineering sector, potentially involving a workforce of architects, designers, and related technical staff.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific details on the number of bidders limits a full assessment of competitive intensity.
- Potential for scope creep in long-term architectural projects if not managed rigorously.
- Dependence on a single task order for a significant portion of the contractor's revenue could pose a risk if future funding is uncertain.
Positive Signals
- Awarded under full and open competition, indicating a robust bidding process.
- Firm-fixed-price contract type aligns incentives for cost efficiency.
- Long-term duration suggests a stable, ongoing requirement for critical services.
- Contractor RLF AND SHERLOCK SMITH AND ADAMS JV has a track record with government contracts, implying familiarity with federal procurement processes.
Sector Analysis
Architectural services, classified under NAICS code 541310, represent a crucial segment of the professional services industry supporting construction and infrastructure development. The federal government is a significant consumer of these services, particularly for military installations, public buildings, and infrastructure projects. The market is characterized by a mix of large, established firms and smaller specialized practices. This contract fits within the broader federal spending on facilities modernization and maintenance, where architectural expertise is essential for planning and design.
Small Business Impact
The contract details indicate that this was not a small business set-aside. While the primary contract may not have been set aside, the prime contractor, RLF AND SHERLOCK SMITH AND ADAMS JV, may engage small businesses for subcontracting opportunities. The extent of small business participation will depend on the prime contractor's subcontracting plan and the nature of the architectural services required.
Oversight & Accountability
Oversight for this contract will primarily reside with the Department of the Navy's contracting and program management officials. Accountability is ensured through the firm-fixed-price contract terms, requiring the contractor to deliver specified architectural services within the agreed-upon price. Transparency is facilitated by federal procurement databases that record contract awards. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Department of Defense Architectural and Engineering Services
- Naval Facilities Engineering Command Contracts
- Federal Building Design and Construction
- Military Base Infrastructure Modernization
Risk Flags
- Potential for cost overruns due to long contract duration.
- Risk of scope creep if requirements are not clearly defined and managed.
- Dependence on contractor performance over an extended period.
- Need for robust government oversight to ensure quality and adherence to budget.
Tags
department-of-defense, department-of-the-navy, architectural-services, full-and-open-competition, firm-fixed-price, task-order, long-term-contract, professional-services, federal-contract, design-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $17.1 million to RLF AND SHERLOCK SMITH AND ADAMS JV. AE DESIGN TASK ORDER USNH ALTERATION
Who is the contractor on this award?
The obligated recipient is RLF AND SHERLOCK SMITH AND ADAMS JV.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Navy).
What is the total obligated amount?
The obligated amount is $17.1 million.
What is the period of performance?
Start: 2022-09-27. End: 2026-08-10.
What is the track record of RLF AND SHERLOCK SMITH AND ADAMS JV with the federal government, particularly in architectural services?
RLF AND SHERLOCK SMITH AND ADAMS JV has a history of performing federal contracts. While specific details on their past performance in architectural services for the Department of Defense are not fully elaborated in this data, their selection for a $17.1 million task order suggests they possess the necessary qualifications and experience. Further analysis would involve reviewing their past contract awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any history of disputes or contract modifications to fully assess their track record and reliability for this specific project.
How does the $17.1 million value compare to similar architectural services contracts awarded by the Department of the Navy or other federal agencies?
The $17.1 million contract value for architectural services is substantial, indicating a significant project scope. To benchmark this value, one would compare it to similar task orders or contracts for architectural design, planning, and engineering services awarded by the Department of the Navy or other agencies like the Army Corps of Engineers or General Services Administration. Factors such as project complexity, facility type (e.g., barracks, research labs, administrative buildings), geographic location, and the duration of services (over 3 years in this case) are critical for a meaningful comparison. Without access to a broader dataset of comparable contracts, it's difficult to definitively state if this represents excellent, fair, or concerning value, but the amount suggests a project of considerable scale and importance.
What are the primary risks associated with a firm-fixed-price contract for architectural services of this duration?
The primary risk with a firm-fixed-price (FFP) contract for architectural services, especially one spanning over three years, is the potential for the contractor to cut corners on quality or scope to maintain profitability if costs escalate unexpectedly. Conversely, the government bears the risk if the initial scope is poorly defined, leading to change orders that can increase costs. For the contractor, unforeseen technical challenges or changes in regulatory requirements could impact their ability to deliver within the fixed price. Robust government oversight and clear contract specifications are crucial to mitigate these risks and ensure the delivery of high-quality architectural services.
What is the expected impact of this contract on the architectural services market and competition?
This contract, awarded under full and open competition, suggests a healthy level of competition within the architectural services market for federal contracts. The award to RLF AND SHERLOCK SMITH AND ADAMS JV indicates their capability to compete and win significant government work. The full and open nature of the competition likely benefited the Department of the Navy by ensuring a competitive bidding process, potentially leading to better pricing and a wider selection of qualified firms. This also signals to the market that opportunities exist for firms capable of handling large-scale federal architectural projects.
How does the duration of the contract (over 3 years) influence the assessment of its value and risk?
The contract's duration of over 3 years (1413 days) suggests a complex and potentially phased project requiring sustained architectural support. For value assessment, a longer duration can sometimes imply a more comprehensive scope of work, potentially justifying a higher total contract value. However, it also introduces risks related to potential cost overruns if market conditions change (e.g., labor rates, material costs) or if the project scope evolves significantly over time. For the government, a longer contract requires consistent oversight to ensure performance remains on track and that the initial value proposition holds throughout the contract period. It also provides stability for the contractor.
What are the potential implications of this contract for small businesses in the architectural services sector?
As this contract was not awarded as a small business set-aside and the prime contractor is not identified as a small business, the direct impact on small businesses is likely through subcontracting opportunities. The prime contractor, RLF AND SHERLOCK SMITH AND ADAMS JV, may be required to subcontract a portion of the work to small businesses as part of their subcontracting plan. The extent of this participation depends on the specific requirements of the task order and the prime contractor's strategy. Federal regulations encourage prime contractors to utilize small businesses, but the actual level of engagement can vary significantly.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Architectural Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-ENG SVCS - GENERAL
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: ARCHITECT-ENGINEER FAR 6.102
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4750 NEW BROAD ST, ORLANDO, FL, 32814
Business Categories: Category Business, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $17,117,577
Exercised Options: $17,117,577
Current Obligation: $17,117,577
Subaward Activity
Number of Subawards: 5
Total Subaward Amount: $3,158,770
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N6247019D5015
IDV Type: IDC
Timeline
Start Date: 2022-09-27
Current End Date: 2026-08-10
Potential End Date: 2026-08-10 00:00:00
Last Modified: 2025-05-29
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)