DoD awards $30M for Hawaii wildfire cultural resource services, with limited competition
Contract Overview
Contract Amount: $29,895,477 ($29.9M)
Contractor: Minatoishi Palumbo Architects, Inc.
Awarding Agency: Department of Defense
Start Date: 2023-10-16
End Date: 2026-01-15
Contract Duration: 822 days
Daily Burn Rate: $36.4K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CULTURAL RESOURCE SERVICES, INITIAL PHASE 1 AND PHASE 2 EFFORTS, HAWAII WILDFIRE RESPONSE DEBRIS REMOVAL SUPPORT
Place of Performance
Location: FORT SHAFTER, HONOLULU County, HAWAII, 96858
State: Hawaii Government Spending
Plain-Language Summary
Department of Defense obligated $29.9 million to MINATOISHI PALUMBO ARCHITECTS, INC. for work described as: CULTURAL RESOURCE SERVICES, INITIAL PHASE 1 AND PHASE 2 EFFORTS, HAWAII WILDFIRE RESPONSE DEBRIS REMOVAL SUPPORT Key points: 1. Contract value of $29.9M for initial cultural resource services in Hawaii. 2. Limited competition raises questions about price discovery and potential value. 3. Contract duration of 822 days suggests a significant, ongoing need. 4. Services are critical for wildfire response and debris removal support. 5. Geographic focus on Hawaii highlights regional disaster recovery efforts. 6. Contract type is a definitive contract with a firm fixed price.
Value Assessment
Rating: fair
The contract value of $29.9 million for cultural resource services appears substantial. Benchmarking against similar contracts for disaster recovery support is challenging without more specific service details. However, the firm fixed-price structure suggests an attempt to control costs, but the limited competition may have impacted the final price achieved. The value for money will ultimately depend on the successful completion of Phase 1 and Phase 2 efforts and the quality of the cultural resource assessments.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was not competed openly, indicating a limited competition approach. The specific reasons for this limitation are not detailed, but it suggests that only a select number of contractors were solicited or eligible. This limited competition could potentially lead to higher prices compared to a full and open competition where a wider range of bidders could drive down costs through aggressive pricing.
Taxpayer Impact: Taxpayers may have paid a premium due to the restricted nature of the competition, as fewer bidders generally result in less downward pressure on pricing.
Public Impact
Benefits the Department of Defense in managing cultural resources during wildfire recovery. Provides essential services for debris removal support in Hawaii. Impacts the Hawaiian Islands by ensuring cultural heritage is preserved during recovery. Supports a specialized workforce in cultural resource management and archaeological services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may have resulted in a higher cost to taxpayers.
- Lack of transparency in the selection process for limited competition.
- Potential for contractor lock-in if future phases are also limited.
Positive Signals
- Firm fixed-price contract provides cost certainty for the government.
- Focus on critical cultural resource services for wildfire response.
- Long-term contract duration indicates a sustained commitment to recovery efforts.
Sector Analysis
This contract falls within the 'Other Scientific and Technical Consulting Services' sector, specifically related to environmental and cultural heritage management. The market for such services is often specialized, particularly in regions prone to natural disasters like Hawaii. Comparable spending benchmarks are difficult to establish without more granular data on the scope of 'Phase 1 and Phase 2 efforts' for cultural resource services in disaster recovery contexts.
Small Business Impact
The data indicates that small business participation (ss and sb flags are false) was not a primary consideration or requirement for this specific contract. There is no indication of small business set-asides or subcontracting plans. This suggests that the prime contractor, MINATOISHI PALUMBO ARCHITECTS, INC., is likely a larger entity capable of performing the services directly or through its own established network, potentially limiting opportunities for small businesses in this particular award.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of the Army's contracting and program management offices. Accountability measures are inherent in the firm fixed-price contract type, which obligates the contractor to deliver specified services within the agreed-upon price. Transparency regarding the limited competition process and the justification for it would be crucial for assessing accountability. Inspector General jurisdiction may apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Wildfire Response and Recovery Programs
- Cultural Heritage Preservation Services
- Disaster Management Support Contracts
- Environmental Consulting Services for Government Agencies
Risk Flags
- Limited Competition
- Potential for Cost Overruns
- Contractor Performance Risk
- Scope Creep Risk
Tags
defense, department-of-defense, department-of-the-army, hawaii, definitive-contract, firm-fixed-price, limited-competition, consulting-services, disaster-response, cultural-resources, wildfire-recovery
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $29.9 million to MINATOISHI PALUMBO ARCHITECTS, INC.. CULTURAL RESOURCE SERVICES, INITIAL PHASE 1 AND PHASE 2 EFFORTS, HAWAII WILDFIRE RESPONSE DEBRIS REMOVAL SUPPORT
Who is the contractor on this award?
The obligated recipient is MINATOISHI PALUMBO ARCHITECTS, INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Army).
What is the total obligated amount?
The obligated amount is $29.9 million.
What is the period of performance?
Start: 2023-10-16. End: 2026-01-15.
What specific cultural resources are being assessed in Phase 1 and Phase 2, and what is the methodology?
The provided data does not detail the specific cultural resources to be assessed or the methodologies to be employed in Phase 1 and Phase 2. Typically, cultural resource services in disaster recovery involve identifying, evaluating, and documenting historical sites, archaeological remains, traditional cultural properties, and other resources that may be impacted by debris removal or reconstruction efforts. Methodologies often include archival research, historical context development, field surveys (pedestrian, subsurface testing), and consultation with relevant stakeholders, including Native Hawaiian organizations and State Historic Preservation Offices. A comprehensive scope of work within the contract documents would outline these specifics.
How does the $29.9 million contract value compare to similar wildfire response cultural resource services in other regions?
Direct comparison of the $29.9 million contract value for wildfire response cultural resource services to other regions is challenging without more specific data points. Factors influencing cost include the scale of the wildfire, the density and type of cultural resources present, the duration of the recovery effort, and the specific services required (e.g., initial assessment vs. long-term monitoring). Hawaii's unique cultural landscape and potential for undiscovered archaeological sites might necessitate specialized expertise and more extensive surveys, potentially increasing costs. However, the limited competition aspect also suggests the price might not be fully optimized against market rates.
What are the key risks associated with this contract, given the limited competition and the nature of the services?
Key risks include potential cost overruns if the scope of work expands beyond initial estimates, despite the firm fixed-price structure, especially if change orders become necessary. The limited competition is a significant risk, potentially leading to suboptimal pricing and reduced incentive for the contractor to innovate or provide exceptional value. There's also a risk of inadequate cultural resource identification or protection if the contractor lacks sufficient expertise or resources, which could lead to the inadvertent destruction of significant heritage sites. Furthermore, delays in the debris removal process or unforeseen complexities in the Hawaiian environment could impact the contract timeline and effectiveness.
What is the track record of MINATOISHI PALUMBO ARCHITECTS, INC. in performing similar large-scale cultural resource management contracts, particularly in disaster recovery?
Information regarding MINATOISHI PALUMBO ARCHITECTS, INC.'s specific track record in large-scale cultural resource management contracts, especially within disaster recovery contexts, is not detailed in the provided data. A thorough assessment would require reviewing their past performance on federal contracts, including client feedback, contract completion history, and any documented performance issues or successes. Their designation as a provider of 'Other Scientific and Technical Consulting Services' suggests a broad capability, but specific experience relevant to the unique challenges of post-wildfire cultural resource assessment in Hawaii would be a critical factor in evaluating their suitability and the potential success of this contract.
What are the potential long-term implications for cultural resource preservation in Hawaii resulting from this contract?
This contract has the potential for significant long-term implications for cultural resource preservation in Hawaii. By funding initial Phase 1 and Phase 2 efforts, it supports the critical first steps in identifying and documenting cultural heritage that might otherwise be lost or damaged during the extensive debris removal and recovery process. Successful execution could lead to better integration of cultural resource protection into future land-use planning and disaster preparedness strategies in the state. However, the effectiveness of these long-term implications hinges on the thoroughness of the work performed under this contract and whether it informs subsequent, potentially larger, preservation and management initiatives.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Other Scientific and Technical Consulting Services
Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&D › SPECIAL STUDIES - NOT R and D
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: W9128A24R0001
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1003 BISHOP ST, HONOLULU, HI, 96813
Business Categories: 8(a) Program Participant, Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $29,895,477
Exercised Options: $29,895,477
Current Obligation: $29,895,477
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2023-10-16
Current End Date: 2026-01-15
Potential End Date: 2026-01-15 00:00:00
Last Modified: 2025-11-26
More Contracts from Minatoishi Palumbo Architects, Inc.
- Space Planning, Design, and Analytical Support Services — $2.7M (Department of Education)
View all Minatoishi Palumbo Architects, Inc. 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)