DoD awards $6.5M for water distribution repairs in Maine, with a 524-day performance period
Contract Overview
Contract Amount: $6,519,086 ($6.5M)
Contractor: CCI Facility Support Services, LLC
Awarding Agency: Department of Defense
Start Date: 2025-04-04
End Date: 2026-09-10
Contract Duration: 524 days
Daily Burn Rate: $12.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: MM UEM ST WATER DISTRIBUTION REPAIRS
Place of Performance
Location: KITTERY, YORK County, MAINE, 03904
State: Maine Government Spending
Plain-Language Summary
Department of Defense obligated $6.5 million to CCI FACILITY SUPPORT SERVICES, LLC for work described as: MM UEM ST WATER DISTRIBUTION REPAIRS Key points: 1. Contract value appears reasonable for the scope of infrastructure repair. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract is a delivery order, indicating it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract. 4. Performance is scheduled over approximately 1.5 years, allowing for phased execution. 5. The fixed-price contract type shifts risk to the contractor. 6. The contract is for commercial and institutional building construction, specifically water distribution.
Value Assessment
Rating: good
The contract value of $6.5 million for water distribution repairs over 524 days seems aligned with typical infrastructure projects of this nature. Without specific details on the scope of repairs (e.g., miles of pipe, number of facilities), a direct comparison is challenging. However, the fixed-price nature of the contract suggests that the contractor has assumed the risk for cost overruns, which can be a positive indicator of value if the work is completed within budget. The benchmark of $12,441 for a related contract provides a point of reference, though the exact nature of that benchmark is not fully detailed.
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,' which typically means that the solicitation was broadly advertised, but certain sources were excluded for specific reasons. While it indicates competition, the exclusion of sources warrants further investigation to understand the rationale and its potential impact on the breadth of competition. The number of bidders is not specified, but the 'full and open' nature suggests multiple interested parties could have submitted proposals.
Taxpayer Impact: The use of full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to lower prices and better quality services. However, the exclusion of sources might limit the most competitive offers if not justified by clear technical or logistical reasons.
Public Impact
The primary beneficiaries are the Department of Defense and its personnel at the specified facility in Maine, who will receive improved water distribution systems. The services delivered include essential repairs and maintenance to critical water infrastructure. The geographic impact is localized to the naval facility in Maine where the repairs will be conducted. The contract supports the construction sector workforce, likely employing skilled tradespeople for the duration of the project.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The 'after exclusion of sources' clause in the competition type requires further scrutiny to ensure it did not unduly limit competition and potentially increase costs.
- Lack of specific details on the scope of repairs makes it difficult to fully assess value for money.
- The contract is a delivery order, implying it's part of a larger IDIQ; understanding the overall IDIQ's structure and past performance is crucial.
Positive Signals
- The contract utilizes a firm-fixed-price structure, which transfers cost overrun risk to the contractor.
- Full and open competition was employed, indicating an effort to solicit a wide range of potential bidders.
- The contract has a defined performance period, allowing for structured project management and oversight.
Sector Analysis
This contract falls within the Construction sector, specifically focusing on infrastructure repair and maintenance. The market for such services is substantial, driven by the ongoing need to maintain and upgrade aging public and private infrastructure. Comparable spending benchmarks in federal construction and repair contracts can vary widely based on project scale, location, and complexity. This particular contract's value of $6.5 million is moderate for a federal infrastructure project, suggesting a focused scope of work.
Small Business Impact
There is no indication that this contract includes a small business set-aside. Given the nature of the work (infrastructure repair) and the contract value, it is possible that larger firms or those with specialized capabilities were the primary focus. Subcontracting opportunities for small businesses may exist, but this would depend on the prime contractor's strategy and the specific requirements of the project. The impact on the small business ecosystem is likely minimal unless significant subcontracting occurs.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of the Navy's contracting and project management offices. Accountability measures are inherent in the firm-fixed-price contract type, which obligates the contractor to deliver the specified services within the agreed-upon price. Transparency is facilitated through federal contract databases where such awards are reported. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Naval Facilities Engineering Command (NAVFAC) Contracts
- Military Construction Projects
- Base Operations Support Contracts
- Water Infrastructure Improvement Programs
Risk Flags
- Potential for limited competition due to source exclusion.
- Risk of unforeseen site conditions impacting fixed-price contract.
- Need for detailed scope of work to fully assess value.
Tags
construction, department-of-defense, department-of-the-navy, maine, delivery-order, firm-fixed-price, full-and-open-competition, infrastructure-repair, water-distribution, commercial-and-institutional-building-construction
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $6.5 million to CCI FACILITY SUPPORT SERVICES, LLC. MM UEM ST WATER DISTRIBUTION REPAIRS
Who is the contractor on this award?
The obligated recipient is CCI FACILITY SUPPORT SERVICES, 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 $6.5 million.
What is the period of performance?
Start: 2025-04-04. End: 2026-09-10.
What is the specific scope of the 'water distribution repairs' and what condition was the existing infrastructure in?
The provided data does not detail the specific scope of the water distribution repairs or the condition of the existing infrastructure. This information is typically found within the contract's statement of work (SOW) or performance work statement (PWS). Understanding the scope is crucial for a comprehensive value assessment, as it defines the quantity and type of work required (e.g., pipe replacement, leak detection, system upgrades). Without this, it's difficult to determine if the $6.5 million award is commensurate with the effort involved. Future analysis could involve requesting the SOW/PWS to gain clarity on the specific tasks, materials, and expected outcomes.
How does the $6.5 million contract value compare to similar water distribution repair projects awarded by the Department of Defense or other federal agencies?
Direct comparison of the $6.5 million value is challenging without detailed project scope. However, federal water infrastructure projects can range significantly. For instance, smaller repair jobs might be in the hundreds of thousands, while major system overhauls or replacements across large bases could reach tens or hundreds of millions. The benchmark of $12,441 provided in the data is too low to be a comparable project, likely representing a much smaller task order or a different type of service. To benchmark effectively, one would need to identify contracts with similar geographic scope, scale of repairs (e.g., linear feet of pipe, number of connections), and complexity (e.g., materials used, soil conditions, environmental considerations) awarded within a similar timeframe.
What are the potential risks associated with a firm-fixed-price contract for water distribution repairs, and how are they mitigated?
The primary risk with a firm-fixed-price (FFP) contract is that the contractor may face unforeseen cost increases (e.g., material price hikes, unexpected site conditions) that erode their profit margin, potentially leading to quality compromises or contractor default. For water distribution repairs, risks include discovering unforeseen subsurface obstructions, encountering hazardous materials, or experiencing extreme weather delays. Mitigation strategies employed by the government often include a well-defined SOW, clear specifications, pre-bid site investigations, and robust contract administration. The government also retains the right to issue change orders for scope deviations, though this can increase costs. The contractor's own risk management practices, including accurate bidding and contingency planning, are also critical.
What does the 'after exclusion of sources' clause in the competition type imply for the bidding process and potential cost savings?
The 'Full and Open Competition After Exclusion of Sources' clause suggests that while the competition was intended to be broad, certain potential bidders were intentionally excluded. The reasons for exclusion are not specified but could include factors like security clearances, specific technical expertise, past performance issues, or geographic limitations. This exclusion could potentially limit the number of competitive bids received, which might, in turn, reduce downward pressure on pricing compared to a truly unrestricted full and open competition. Taxpayers benefit from competition, so understanding the justification for excluding sources is important to ensure that the government obtained the best possible value and that the exclusion was necessary and well-documented.
What is the track record of CCI Facility Support Services, LLC in performing similar federal contracts, particularly those involving infrastructure repair?
Information regarding the specific track record of CCI Facility Support Services, LLC for this particular contract is not detailed in the provided data. To assess their track record, one would typically examine their past performance evaluations on federal contracts, particularly those involving water distribution systems, construction, or facility maintenance. Databases like the Federal Awardee Performance and Integrity Information System (FAPIIS) can provide insights into past performance reviews, disputes, and corrective actions. A strong track record with similar projects would indicate a lower risk of performance issues and potentially better value delivery. Conversely, a history of issues might raise concerns about the contractor's ability to execute this project successfully.
How does the duration of 524 days (approximately 1.5 years) impact the project's risk and cost-effectiveness?
A 524-day performance period for water distribution repairs suggests a project of moderate complexity or scale, allowing for phased execution and potentially accommodating seasonal work constraints or environmental considerations. A longer duration can sometimes increase indirect costs (e.g., project management, site security) but may also allow for more thorough work, better quality control, and reduced risk of rushed execution leading to errors. Conversely, excessively long durations without clear justification can indicate inefficiencies. For cost-effectiveness, the duration needs to be balanced against the urgency of the repairs and the potential for system failures or degradation if work is delayed. The fixed-price nature helps contain costs regardless of duration, provided the scope remains constant.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Commercial and Institutional Building Construction
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR NONBUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: N4008521R1217
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 29 BOWDOIN ST STE 109, MANCHESTER, ME, 04351
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $6,519,086
Exercised Options: $6,519,086
Current Obligation: $6,519,086
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N4008522D0055
IDV Type: IDC
Timeline
Start Date: 2025-04-04
Current End Date: 2026-09-10
Potential End Date: 2026-09-10 00:00:00
Last Modified: 2025-12-02
More Contracts from CCI Facility Support Services, LLC
- FY21 Repair Water Tank, L1661, Schofield Barracks, Oahu, Hawaii — $16.9M (Department of Defense)
- THE Contractor Shall Provide ALL Labor Supplies and Supervision to Perform Treatment Services PER Scope of Service — $202.7K (Department of the Interior)
View all CCI Facility Support Services, LLC 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)