DoD Awards $14.5M Design-Build Contract for Failing Air Handler Units at WRMC
Contract Overview
Contract Amount: $14,521,000 ($14.5M)
Contractor: HDD JV
Awarding Agency: Department of Defense
Start Date: 2025-09-30
End Date: 2027-10-10
Contract Duration: 740 days
Daily Burn Rate: $19.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: THE INTENT OF THIS PROJECT IS TO PROVIDE FULL TURNKEY DESIGN-BUILD REPLACEMENT OF THE LISTED AIR HANDLER UNITS (AHU). DHA RECOGNIZES THAT THESE AHUS 8, 9, 1, 2, 4, AND 6, AT WRMC, BUILDING-10 ARE FAILING, AT END OF SERVICE LIFE, AND NEED REPLACEMENT.
Place of Performance
Location: BETHESDA, MONTGOMERY County, MARYLAND, 20889
State: Maryland Government Spending
Plain-Language Summary
Department of Defense obligated $14.5 million to HDD JV for work described as: THE INTENT OF THIS PROJECT IS TO PROVIDE FULL TURNKEY DESIGN-BUILD REPLACEMENT OF THE LISTED AIR HANDLER UNITS (AHU). DHA RECOGNIZES THAT THESE AHUS 8, 9, 1, 2, 4, AND 6, AT WRMC, BUILDING-10 ARE FAILING, AT END OF SERVICE LIFE, AND NEED REPLACEMENT. Key points: 1. Project addresses critical infrastructure failure of multiple Air Handler Units (AHUs) at Walter Reed Medical Center (WRMC). 2. The contract was awarded under full and open competition, suggesting a competitive bidding process. 3. The firm-fixed-price contract type aims to control costs for the $14.5 million project. 4. The construction sector is experiencing significant demand, potentially impacting material and labor costs.
Value Assessment
Rating: good
The contract value of $14.5 million for replacing six AHUs appears reasonable given the scope of a turnkey design-build project. Benchmarking against similar large-scale HVAC replacement projects in federal facilities would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded using full and open competition, indicating that multiple vendors had the opportunity to bid. This method is generally expected to yield competitive pricing and best value for the government.
Taxpayer Impact: The competitive award process is designed to ensure taxpayer funds are used efficiently for necessary infrastructure upgrades.
Public Impact
Ensures continued operation of critical medical facilities at WRMC by replacing aging and failing equipment. Improves air quality and HVAC system reliability within Building 10 at WRMC. Supports the Department of Defense's infrastructure modernization efforts. Potential for improved energy efficiency with new AHU technology.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if unforeseen site conditions arise during design-build.
- Schedule delays could impact facility operations if not managed effectively.
- Reliance on specific materials or technologies could pose supply chain risks.
Positive Signals
- Addresses a critical need for infrastructure replacement.
- Firm-fixed-price contract provides cost certainty.
- Full and open competition promotes market-driven pricing.
Sector Analysis
This project falls within the Commercial and Institutional Building Construction sector, specifically focusing on HVAC system replacement. Federal spending in this sector often involves large, complex projects requiring specialized design and construction services.
Small Business Impact
The data indicates this contract was awarded to HDD JV, and it does not specify any set-asides for small businesses. Further analysis would be needed to determine if small businesses were involved as subcontractors.
Oversight & Accountability
The award was made by the Department of the Army under the Department of Defense. Oversight will likely involve contract management teams ensuring adherence to design specifications, schedule, and budget, with reporting requirements for progress and any issues.
Related Government Programs
- Commercial and Institutional Building Construction
- Department of Defense Contracting
- Department of the Army Programs
Risk Flags
- Aging infrastructure requiring urgent replacement.
- Potential for unforeseen site conditions impacting cost and schedule.
- Dependency on specialized design-build expertise.
- Schedule risk associated with complex construction projects.
- Firm-fixed-price contract limits flexibility for scope changes.
Tags
commercial-and-institutional-building-co, department-of-defense, md, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $14.5 million to HDD JV. THE INTENT OF THIS PROJECT IS TO PROVIDE FULL TURNKEY DESIGN-BUILD REPLACEMENT OF THE LISTED AIR HANDLER UNITS (AHU). DHA RECOGNIZES THAT THESE AHUS 8, 9, 1, 2, 4, AND 6, AT WRMC, BUILDING-10 ARE FAILING, AT END OF SERVICE LIFE, AND NEED REPLACEMENT.
Who is the contractor on this award?
The obligated recipient is HDD JV.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Army).
What is the total obligated amount?
The obligated amount is $14.5 million.
What is the period of performance?
Start: 2025-09-30. End: 2027-10-10.
What is the estimated cost savings or efficiency gain expected from the new AHUs compared to the failing units?
The provided data does not include specific metrics on projected cost savings or efficiency gains from the new AHUs. A thorough analysis would require reviewing the technical specifications and performance data of the proposed replacement units against the current units' operational costs and energy consumption.
What are the key performance indicators (KPIs) for evaluating the success of this design-build project?
Key performance indicators for this project would likely include on-time completion within the 740-day duration, adherence to the $14.5 million budget, successful commissioning of the new AHUs meeting all design specifications, and minimal disruption to WRMC operations during construction. Post-occupancy evaluations of system performance and reliability would also be crucial.
How will the government ensure the long-term maintainability and operational effectiveness of the new AHU system?
The government will ensure long-term maintainability through detailed design specifications requiring accessible components, comprehensive O&M manuals, and potentially training for facility maintenance staff. The design-build contract should also include warranty provisions and performance guarantees to ensure the system operates effectively as intended throughout its lifecycle.
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
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 101 DAVIS AVE SW, LEESBURG, VA, 20175
Business Categories: Category Business, Economically Disadvantaged Women Owned Small Business, Hispanic American Owned Business, Joint Venture Economically Disadvantaged Women Owned Small Business, Joint Venture Women Owned Small Business, Minority Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $14,521,000
Exercised Options: $14,521,000
Current Obligation: $14,521,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: W912DY25D0022
IDV Type: IDC
Timeline
Start Date: 2025-09-30
Current End Date: 2027-10-10
Potential End Date: 2027-10-10 00:00:00
Last Modified: 2025-10-29
More Contracts from HDD JV
- Cross Lanes Amsa Construction Matoc Task Order Award — $13.5M (Department of Defense)
- Renovate Space in an Existing TWO Story Facility to Support Relocation of Maintenance Shop and Maintenance Administration Functions. Additional Space Will BE Renovated to Support Relocation of Squadron Operations and Base Operations Functions — $10.8M (Department of Defense)
- THE Intent of This Project IS to Provide Full Turnkey Design/Build Replacement of the Listed Automatic Transfer Switches (ATS) — $7.6M (Department of Defense)
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)