DoD awards $15.5M for Blount Island road repairs, with Superior Construction Co. Southeast LLC winning the contract
Contract Overview
Contract Amount: $15,524,783 ($15.5M)
Contractor: Superior Construction CO Southeast LLC
Awarding Agency: Department of Defense
Start Date: 2024-12-06
End Date: 2026-02-25
Contract Duration: 446 days
Daily Burn Rate: $34.8K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: REMOVE AND REPLACE CONCRETE ROADWAY SECT B350 ROAD REPAIRS AND DRAINAGE MARINE CORPS SUPPORT FACILITY BLOUNT ISLAND COMMAND, FL.
Place of Performance
Location: JACKSONVILLE, DUVAL County, FLORIDA, 32226
State: Florida Government Spending
Plain-Language Summary
Department of Defense obligated $15.5 million to SUPERIOR CONSTRUCTION CO SOUTHEAST LLC for work described as: REMOVE AND REPLACE CONCRETE ROADWAY SECT B350 ROAD REPAIRS AND DRAINAGE MARINE CORPS SUPPORT FACILITY BLOUNT ISLAND COMMAND, FL. Key points: 1. The contract value represents a significant investment in critical infrastructure at a key Marine Corps facility. 2. Competition dynamics for this project will be assessed to understand pricing efficiency. 3. Performance risk is considered moderate given the nature of construction projects. 4. The project's duration of 446 days suggests a substantial scope of work. 5. This contract falls within the broader category of civil engineering and construction services for the Department of Defense.
Value Assessment
Rating: good
The contract value of $15.5 million for roadway repairs and drainage at Blount Island appears reasonable for a project of this scale and complexity. Benchmarking against similar Department of the Navy or Marine Corps infrastructure projects would provide a more precise value-for-money assessment. The firm-fixed-price nature of the contract helps to control costs, shifting some financial risk to the contractor.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple bidders were likely solicited. The presence of two bids suggests a competitive environment, which typically leads to more favorable pricing for the government. The specific number of bidders and the evaluation process would further clarify the extent of competition and its impact on price discovery.
Taxpayer Impact: Full and open competition generally benefits taxpayers by ensuring that the government receives the best possible price through a robust bidding process.
Public Impact
The primary beneficiaries are the United States Marine Corps, who will receive improved operational facilities at the Blount Island Command. Services delivered include roadway repair and drainage system upgrades, enhancing the safety and functionality of the base. The geographic impact is localized to Blount Island Command in Jacksonville, Florida. The project will likely involve local construction labor and potentially impact small businesses through subcontracting opportunities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for construction delays impacting operational readiness.
- Unforeseen site conditions could lead to cost overruns despite fixed-price contract.
- Coordination challenges with ongoing base operations.
Positive Signals
- Firm-fixed-price contract provides cost certainty.
- Awarded to a contractor with experience in similar construction projects.
- Project aims to improve critical infrastructure, enhancing long-term operational efficiency.
Sector Analysis
This contract falls within the civil engineering and construction sector, specifically focusing on infrastructure development for government facilities. The market for such services is competitive, with numerous firms capable of undertaking large-scale road and drainage projects. Comparable spending benchmarks would involve analyzing other DoD contracts for similar infrastructure improvements at military installations.
Small Business Impact
The contract was not set aside for small businesses, and there is no explicit information regarding subcontracting plans for small businesses. Further analysis would be needed to determine if small business participation is mandated or encouraged through subcontracting requirements, which could impact the small business ecosystem in the region.
Oversight & Accountability
Oversight will likely be managed by the Department of the Navy's contracting and engineering divisions. Accountability measures are inherent in the firm-fixed-price contract, with performance milestones tied to payment. Transparency is generally maintained through federal contract databases, though specific oversight reports may not be publicly available.
Related Government Programs
- Department of Defense Infrastructure Projects
- Marine Corps Base Construction
- Highway, Street, and Bridge Construction Contracts
- Federal Civil Engineering Services
Risk Flags
- Potential for schedule delays
- Risk of unforeseen site conditions
- Coordination with base operations
Tags
construction, department-of-defense, department-of-the-navy, marine-corps, road-repair, drainage, infrastructure, jacksonville-florida, full-and-open-competition, firm-fixed-price, large-contract, civil-engineering
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $15.5 million to SUPERIOR CONSTRUCTION CO SOUTHEAST LLC. REMOVE AND REPLACE CONCRETE ROADWAY SECT B350 ROAD REPAIRS AND DRAINAGE MARINE CORPS SUPPORT FACILITY BLOUNT ISLAND COMMAND, FL.
Who is the contractor on this award?
The obligated recipient is SUPERIOR CONSTRUCTION CO SOUTHEAST 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 $15.5 million.
What is the period of performance?
Start: 2024-12-06. End: 2026-02-25.
What is the track record of Superior Construction Co. Southeast LLC with the Department of Defense?
Superior Construction Co. Southeast LLC has a history of performing construction services for various government agencies, including the Department of Defense. Analyzing their past performance on similar projects, such as road repairs, infrastructure upgrades, and facility construction, would provide insight into their reliability and quality of work. Reviewing past contract awards, completion records, and any reported disputes or performance issues would offer a comprehensive understanding of their track record with the DoD. This includes assessing their ability to meet deadlines, stay within budget, and adhere to quality standards on previous government contracts.
How does the awarded amount compare to similar road repair and drainage projects within the Department of the Navy?
To benchmark the value of this $15.5 million contract, a comparison with similar projects awarded by the Department of the Navy or other branches of the DoD for roadway repair and drainage systems is necessary. Factors such as project scope, geographic location, complexity of terrain, and specific requirements (e.g., type of pavement, drainage capacity) must be considered. If comparable projects of similar scale and complexity were awarded at significantly lower or higher prices, it would indicate whether this contract represents a particularly good or poor value. The firm-fixed-price nature also suggests a degree of cost certainty, but the initial bid and negotiation process are key to assessing true value.
What are the primary risks associated with this specific construction contract?
The primary risks associated with this contract include potential construction delays due to unforeseen site conditions (e.g., subsurface issues, weather), which could impact the schedule and potentially lead to claims, despite the firm-fixed-price structure. There's also a risk of coordination challenges with ongoing operations at the Marine Corps Support Facility Blount Island, which could disrupt base activities or the construction timeline. Contractor performance risk, while mitigated by the selection process, always exists, relating to the quality of workmanship and adherence to specifications. Environmental compliance and permitting issues could also pose risks if not managed proactively.
What is the historical spending pattern for road repair and drainage at Marine Corps facilities?
Historical spending on road repair and drainage at Marine Corps facilities can vary significantly based on the age and condition of the infrastructure, the size and operational tempo of the base, and the availability of funding. Analyzing past budgets and contract awards for similar maintenance and repair activities at other Marine Corps installations would reveal trends. This could show whether spending has been consistent, increasing, or decreasing, and whether major overhauls are cyclical. Understanding these patterns helps contextualize the current $15.5 million award as part of a larger, ongoing investment in maintaining military infrastructure.
How does the duration of the contract (446 days) align with typical construction timelines for similar projects?
A contract duration of 446 days (approximately 15 months) for a $15.5 million road repair and drainage project is generally within the expected range for a project of this magnitude and complexity. Factors influencing this timeline include the extent of the roadway affected, the depth and type of repairs needed, the scope of drainage system upgrades, and any specific site constraints or environmental considerations. Comparing this duration to similar projects at other military installations or large-scale civil engineering projects can help determine if it is efficient or potentially indicative of scope creep, overly conservative planning, or significant logistical challenges.
Industry Classification
NAICS: Construction › Highway, Street, and Bridge Construction › Highway, Street, and Bridge Construction
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR NONBUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: N6945024R0007
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 7072 BUSINESS PARK BLVD N, JACKSONVILLE, FL, 32256
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $15,524,783
Exercised Options: $15,524,783
Current Obligation: $15,524,783
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2024-12-06
Current End Date: 2026-02-25
Potential End Date: 2026-02-25 00:00:00
Last Modified: 2025-09-18
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)