DHA awards $2.39M contract for facility repairs to Impyrian LLC, impacting Navy operations
Contract Overview
Contract Amount: $2,394,650 ($2.4M)
Contractor: Impyrian LLC
Awarding Agency: Department of Defense
Start Date: 2025-09-03
End Date: 2026-04-30
Contract Duration: 239 days
Daily Burn Rate: $10.0K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: DHA - NH100 OR AND RTU DUCTWORK REPAIRS AND WINDOW REPLACEMENT
Place of Performance
Location: CAMP LEJEUNE, ONSLOW County, NORTH CAROLINA, 28547
Plain-Language Summary
Department of Defense obligated $2.4 million to IMPYRIAN LLC for work described as: DHA - NH100 OR AND RTU DUCTWORK REPAIRS AND WINDOW REPLACEMENT Key points: 1. The contract focuses on essential repairs and replacements for DHA facilities. 2. Competition was limited, raising questions about price discovery and value. 3. The risk profile appears moderate, with potential for cost overruns if not managed. 4. The construction sector is experiencing fluctuating material costs, impacting project budgets.
Value Assessment
Rating: fair
The contract value of $2.39M for ductwork repairs and window replacement appears within a reasonable range for such specialized construction services. However, without specific benchmarks for similar DHA or Navy facility projects, a precise pricing assessment is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was not available for competition, indicating a limited procurement approach. This lack of competition may have restricted price discovery and potentially led to a higher price than if multiple bids were solicited.
Taxpayer Impact: Taxpayer funds are being utilized for essential facility maintenance. The absence of full and open competition warrants scrutiny to ensure the price paid is fair and reasonable.
Public Impact
Ensures operational readiness of DHA facilities through necessary repairs. Supports the infrastructure needs of the Department of the Navy. Potential for localized economic impact through construction services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition
- Potential for cost escalation due to material price fluctuations
- Contract duration extends into FY26, requiring ongoing monitoring
Positive Signals
- Addresses critical infrastructure needs
- Supports military healthcare facilities
Sector Analysis
This contract falls under the Commercial and Institutional Building Construction sector. Spending in this sector can be volatile due to material costs and labor availability, with significant government investment in maintaining federal facilities.
Small Business Impact
There is no indication that small businesses were involved in this specific contract award. Future opportunities should explore avenues for small business participation in construction and repair services.
Oversight & Accountability
The Department of Defense's oversight mechanisms should ensure that Impyrian LLC adheres to contract terms, quality standards, and budget constraints throughout the project lifecycle.
Related Government Programs
- Commercial and Institutional Building Construction
- Department of Defense Contracting
- Department of the Navy Programs
Risk Flags
- Lack of competition may lead to suboptimal pricing.
- Potential for cost increases due to market fluctuations.
- Contract duration requires sustained oversight.
- Dependence on a single contractor for critical repairs.
Tags
commercial-and-institutional-building-co, department-of-defense, nc, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $2.4 million to IMPYRIAN LLC. DHA - NH100 OR AND RTU DUCTWORK REPAIRS AND WINDOW REPLACEMENT
Who is the contractor on this award?
The obligated recipient is IMPYRIAN LLC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Navy).
What is the total obligated amount?
The obligated amount is $2.4 million.
What is the period of performance?
Start: 2025-09-03. End: 2026-04-30.
What specific factors led to the 'not available for competition' determination, and were alternatives explored?
The determination of 'not available for competition' typically arises from specific circumstances such as urgent needs, unique capabilities of a single source, or prior contract arrangements. A thorough review of the justification for this determination is crucial to ensure it was appropriate and that no viable competitive alternatives were overlooked. This ensures fair use of taxpayer funds.
How will the agency ensure cost control given potential material price volatility in the construction sector?
The agency should implement robust cost-tracking mechanisms and closely monitor material price indices. Utilizing contract clauses that allow for price adjustments based on established benchmarks, or negotiating fixed-price components for materials where possible, can help mitigate risks. Regular progress reviews with the contractor will be essential to identify and address potential cost overruns early.
What is the expected impact of these repairs on the operational efficiency and readiness of the DHA facilities?
The repairs and window replacements are expected to directly improve the operational efficiency and readiness of the DHA facilities by addressing critical infrastructure deficiencies. This includes enhancing energy efficiency, improving environmental controls within the buildings, and ensuring the structural integrity of essential components, thereby supporting the primary mission of healthcare delivery.
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: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 8115 MAPLE LAWN BLVD STE 260, FULTON, MD, 20759
Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, DoT Certified Disadvantaged Business Enterprise, Limited Liability Corporation, Minority Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,394,650
Exercised Options: $2,394,650
Current Obligation: $2,394,650
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N4008523D0081
IDV Type: IDC
Timeline
Start Date: 2025-09-03
Current End Date: 2026-04-30
Potential End Date: 2026-04-30 00:00:00
Last Modified: 2026-01-12
More Contracts from Impyrian LLC
- AV Maintenance and Support — $2.2M (Department of Energy)
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)