Army awards $12.1M contract for embankment stabilization at Joe Pool Lake, Texas

Contract Overview

Contract Amount: $12,123,351 ($12.1M)

Contractor: Construction Solutions Group, LLC

Awarding Agency: Department of Defense

Start Date: 2024-09-04

End Date: 2026-04-29

Contract Duration: 602 days

Daily Burn Rate: $20.1K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: JOE POOL EMBANKMENT SLIDE(S) 3, 10, 11, 12, 14 &16 GRAND PRAIRIE, TEXAS. THE PERIOD OF PERFORMANCE SHALL BE 533 CALENDAR DAYS FROM NOTICE TO PROCEED.

Place of Performance

Location: GRAND PRAIRIE, DALLAS County, TEXAS, 75054

State: Texas Government Spending

Plain-Language Summary

Department of Defense obligated $12.1 million to CONSTRUCTION SOLUTIONS GROUP, LLC for work described as: JOE POOL EMBANKMENT SLIDE(S) 3, 10, 11, 12, 14 &16 GRAND PRAIRIE, TEXAS. THE PERIOD OF PERFORMANCE SHALL BE 533 CALENDAR DAYS FROM NOTICE TO PROCEED. Key points: 1. Contract addresses critical infrastructure needs for flood risk management. 2. Fixed-price contract type suggests defined scope and cost control. 3. Performance period of 602 days indicates a moderately complex project. 4. Awarded by the Department of the Army, highlighting defense infrastructure investment. 5. Geographic focus on Texas points to regional infrastructure priorities.

Value Assessment

Rating: good

The contract value of $12.1 million for embankment stabilization appears reasonable given the scope of work involving multiple slide areas at Joe Pool Lake. Without specific details on the extent of the damage or the required remediation techniques, a direct per-unit cost comparison is challenging. However, the firm-fixed-price nature of the contract suggests that the contractor has assessed the risks and costs, and the government has secured a defined price for the services.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'full and open competition after exclusion of sources,' indicating that while the competition was broad, specific sources may have been excluded based on certain criteria. The presence of multiple bidders (implied by 'full and open') generally leads to competitive pricing. The specific exclusion criteria would need further review to fully understand the competitive landscape.

Taxpayer Impact: This competitive approach aims to ensure that taxpayer funds are used efficiently by leveraging market forces to obtain the best value for the government.

Public Impact

Enhances public safety by mitigating flood risks associated with embankment instability. Protects critical infrastructure and recreational areas around Joe Pool Lake. Supports local and regional economic stability by ensuring the integrity of water management systems. Potentially creates employment opportunities in the construction sector within Texas.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Heavy and Civil Engineering Construction sector, specifically addressing infrastructure repair and maintenance. This sector is crucial for national resilience, particularly for projects involving water management, flood control, and public works. The market for such services is often characterized by specialized engineering firms capable of handling complex geotechnical and construction challenges. Benchmarking against similar embankment stabilization projects would provide further context on cost-effectiveness.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, the primary contractor, Construction Solutions Group, LLC, is likely a larger entity. There is no explicit information regarding subcontracting plans for small businesses within this award notice. Further investigation into the contractor's subcontracting history and goals would be necessary to assess the impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer's representative (COR) within the Department of the Army, ensuring adherence to contract terms, specifications, and performance standards. The firm-fixed-price nature of the contract provides a degree of accountability for the contractor's cost and schedule performance. Transparency is facilitated through contract award notices, though detailed project progress reports may not be publicly available.

Related Government Programs

Risk Flags

Tags

construction, department-of-defense, department-of-the-army, heavy-and-civil-engineering, infrastructure, embankment-stabilization, texas, firm-fixed-price, full-and-open-competition, >$10m, civil-works

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $12.1 million to CONSTRUCTION SOLUTIONS GROUP, LLC. JOE POOL EMBANKMENT SLIDE(S) 3, 10, 11, 12, 14 &16 GRAND PRAIRIE, TEXAS. THE PERIOD OF PERFORMANCE SHALL BE 533 CALENDAR DAYS FROM NOTICE TO PROCEED.

Who is the contractor on this award?

The obligated recipient is CONSTRUCTION SOLUTIONS GROUP, LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Army).

What is the total obligated amount?

The obligated amount is $12.1 million.

What is the period of performance?

Start: 2024-09-04. End: 2026-04-29.

What is the specific nature of the embankment slides at Joe Pool Lake and what remediation techniques are planned?

The award notice specifies slides at locations 3, 10, 11, 12, 14 & 16 of the Joe Pool Embankment. While the exact nature of the slides (e.g., erosion, structural failure, seepage) is not detailed in the provided data, the contract's classification under 'Other Heavy and Civil Engineering Construction' suggests significant structural or geotechnical work. Remediation techniques could include regrading, installation of retaining structures, drainage improvements, or revegetation, depending on the root cause. A detailed review of the contract's Statement of Work (SOW) would be required to ascertain the specific remediation methods.

How does the $12.1 million cost compare to similar embankment stabilization projects in Texas or other regions?

Benchmarking this $12.1 million contract requires comparing it to projects with similar scope, scale, and complexity. Factors influencing cost include the volume of earthwork, type of stabilization (e.g., riprap, soil nailing, retaining walls), site accessibility, and local material and labor costs. Without access to a database of comparable federal or state-funded civil engineering projects, a precise comparison is difficult. However, for large-scale projects involving multiple slide areas and significant geotechnical engineering, this figure appears within a plausible range for major infrastructure repair. Further analysis would involve examining project reports from the Army Corps of Engineers or state transportation departments for similar undertakings.

What are the potential risks associated with a 602-day performance period for this type of construction project?

A 602-day (approximately 20 months) performance period for embankment stabilization presents several potential risks. Firstly, weather conditions in Texas, including heavy rainfall or extreme heat, can cause significant delays, particularly if the project involves extensive earthmoving or foundation work. Secondly, unforeseen geological conditions, such as discovering unstable soil layers or groundwater issues not identified during initial surveys, could necessitate design changes and extend the timeline. Thirdly, material availability and supply chain disruptions could impact the project schedule. Finally, managing a project over this duration requires sustained oversight to ensure quality control and prevent scope creep, especially if the contractor encounters unexpected challenges.

What is the track record of Construction Solutions Group, LLC in performing similar federal construction contracts?

Information regarding the specific track record of Construction Solutions Group, LLC for similar federal contracts is not provided in the award data. To assess their capabilities and past performance, one would typically consult the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS). These systems contain historical contract awards, performance evaluations, and any past issues or disputes. A review of these databases would reveal the company's experience with projects of similar size, complexity, and type (e.g., civil engineering, infrastructure repair) and their performance ratings from previous government clients.

How does the 'full and open competition after exclusion of sources' procurement method impact cost and contractor selection?

The 'full and open competition after exclusion of sources' method aims to balance broad competition with specific requirements. It means that offers were solicited from all responsible sources, but certain sources were excluded based on pre-defined criteria (e.g., specific security requirements, past performance issues, or unique capabilities). This can potentially limit the number of bidders compared to pure 'full and open' competition. While it still encourages competition, the exclusion might slightly reduce price pressure if the excluded sources were strong competitors. The selection process would still involve evaluating technical proposals and price to ensure the best value is obtained for the government, but the pool of eligible contractors is narrower than in a standard full and open solicitation.

Industry Classification

NAICS: ConstructionOther Heavy and Civil Engineering ConstructionOther Heavy and Civil Engineering Construction

Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIESCONSTRUCTION OF BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SEALED BID

Solicitation ID: W9126G24B0006

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 425 HIGHLAND AVE, SAINT LOUIS, MO, 63122

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $12,123,351

Exercised Options: $12,123,351

Current Obligation: $12,123,351

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2024-09-04

Current End Date: 2026-04-29

Potential End Date: 2026-05-27 00:00:00

Last Modified: 2025-09-23

More Contracts from Construction Solutions Group, LLC

View all Construction Solutions Group, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending