DoD awards $24.6M for Holloman High Speed Test Track engineering services, with a 3-year performance period

Contract Overview

Contract Amount: $24,612,943 ($24.6M)

Contractor: Huitt-Zollars Mason & Hanger Joint Venture

Awarding Agency: Department of Defense

Start Date: 2025-03-28

End Date: 2028-07-10

Contract Duration: 1,200 days

Daily Burn Rate: $20.5K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: TASK ORDER W912PP25F0005: HOLLOMAN HIGH SPEED TEST TRACK HOLLOMAN AIR FORCE BASE (AFB), NEW MEXICO

Place of Performance

Location: DALLAS, DALLAS County, TEXAS, 75240

State: Texas Government Spending

Plain-Language Summary

Department of Defense obligated $24.6 million to HUITT-ZOLLARS MASON & HANGER JOINT VENTURE for work described as: TASK ORDER W912PP25F0005: HOLLOMAN HIGH SPEED TEST TRACK HOLLOMAN AIR FORCE BASE (AFB), NEW MEXICO Key points: 1. Contract awarded to a joint venture, suggesting a need for specialized expertise. 2. The firm-fixed-price contract type indicates a defined scope and cost control. 3. Performance period spans over three years, implying a long-term requirement. 4. The contract is for engineering services, a critical support function for military installations. 5. Awarded by the Department of the Army, indicating a focus on ground forces infrastructure. 6. The contract was competed full and open, suggesting a competitive market for these services.

Value Assessment

Rating: good

The contract value of $24.6 million over approximately three years appears reasonable for specialized engineering services supporting a major Air Force facility. Benchmarking against similar large-scale engineering support contracts for military bases suggests this pricing is within expected ranges. The firm-fixed-price structure provides cost certainty for the government, although it places the risk of cost overruns on the contractor.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple bidders were likely solicited and evaluated. The presence of a joint venture as the awardee suggests that the scope of work may have required a broad range of specialized engineering capabilities, potentially leading to a more focused competition among firms with complementary expertise. The specific number of bidders is not provided, but full and open competition generally promotes price discovery and encourages competitive pricing.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it typically drives down costs through market forces and ensures the government receives the best value by considering a wide pool of qualified contractors.

Public Impact

The primary beneficiaries are the U.S. Air Force personnel and operations at Holloman Air Force Base, New Mexico, through enhanced infrastructure and testing capabilities. Services delivered include critical engineering support for the High Speed Test Track, ensuring its operational readiness and potential upgrades. The geographic impact is concentrated at Holloman AFB in New Mexico, supporting a key national defense asset. Workforce implications include employment opportunities for engineers and technical staff within the awarded joint venture and potentially its subcontractors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for cost overruns if unforeseen technical challenges arise, though mitigated by the firm-fixed-price structure.
  • Dependence on the performance and stability of the joint venture to deliver complex engineering solutions.
  • Risk of scope creep if requirements are not clearly defined and managed throughout the performance period.

Positive Signals

  • Award to a joint venture indicates a strategic approach to assembling necessary expertise for a complex project.
  • Firm-fixed-price contract type provides budget certainty for the government.
  • Long performance period allows for sustained focus and development of specialized knowledge related to the test track.

Sector Analysis

This contract falls within the Engineering Services sector (NAICS 541330), which is a significant component of the broader professional, scientific, and technical services industry. This sector supports a wide range of government and private sector activities, including defense infrastructure, aerospace, and research. Spending in this area is often driven by the need for specialized technical expertise to design, maintain, and upgrade complex facilities and systems. Comparable spending benchmarks for large-scale engineering support at military installations can vary widely based on project scope and duration.

Small Business Impact

The contract data indicates that small business participation (ss and sb fields) is false, meaning this was not set aside for small businesses and there is no explicit indication of small business subcontracting goals. This suggests that the prime contract was awarded to a larger entity or a joint venture composed of larger firms, and any small business involvement would likely be through general subcontracting opportunities rather than specific set-aside requirements. The impact on the small business ecosystem is therefore indirect, relying on the prime contractor's procurement practices.

Oversight & Accountability

Oversight for this contract will primarily be managed by the Department of the Army contracting and program management offices responsible for Holloman Air Force Base. Accountability measures are embedded in the firm-fixed-price contract terms, performance standards, and delivery schedules. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

  • Holloman Air Force Base Operations and Maintenance
  • Air Force Test and Evaluation Programs
  • Military Infrastructure Engineering Support
  • High-Speed Rail and Aerospace Testing Facilities

Risk Flags

  • Potential for cost overruns if unforeseen technical challenges arise.
  • Dependence on the performance and stability of the joint venture.
  • Risk of scope creep if requirements are not clearly defined.

Tags

defense, department-of-defense, department-of-the-army, holloman-air-force-base, new-mexico, engineering-services, full-and-open-competition, firm-fixed-price, task-order, infrastructure-support, test-track, joint-venture

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $24.6 million to HUITT-ZOLLARS MASON & HANGER JOINT VENTURE. TASK ORDER W912PP25F0005: HOLLOMAN HIGH SPEED TEST TRACK HOLLOMAN AIR FORCE BASE (AFB), NEW MEXICO

Who is the contractor on this award?

The obligated recipient is HUITT-ZOLLARS MASON & HANGER JOINT VENTURE.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $24.6 million.

What is the period of performance?

Start: 2025-03-28. End: 2028-07-10.

What is the track record of Huitt-Zollars Mason & Hanger Joint Venture in performing similar large-scale engineering contracts for the Department of Defense?

Assessing the track record of the Huitt-Zollars Mason & Hanger Joint Venture requires examining past performance data for both individual entities and any previous joint ventures they may have formed. Huitt-Zollars is known for its engineering and architectural services, often supporting infrastructure projects. Mason & Hanger has a long history in design and construction management, frequently working on government facilities. A joint venture structure often indicates a deliberate effort to combine complementary strengths for a specific project. To fully evaluate their track record for this specific task order, one would need to review their past performance evaluations on similar DoD contracts, looking for indicators of successful project completion, adherence to schedule and budget, and client satisfaction. Without specific past performance reports for this JV on comparable projects, it's difficult to definitively assess their suitability beyond the general reputation of the parent firms.

How does the awarded value of $24.6 million compare to the estimated cost for similar engineering services at other high-speed test facilities?

Benchmarking the $24.6 million award for engineering services at Holloman High Speed Test Track requires comparing it to similar contracts for specialized test facilities. The duration of the contract (approximately three years) and the nature of 'engineering services' are key factors. Large-scale engineering support for complex military test ranges can range significantly, from tens of millions to hundreds of millions of dollars, depending on the scope (e.g., design, upgrades, maintenance, operational support) and the specific technologies involved. Given that this is a task order under a larger contract vehicle (implied by 'W912PP25F0005'), the $24.6 million represents a portion of a broader program. Without knowing the exact scope of services and the specific complexities of the Holloman track's needs, a precise comparison is challenging. However, for a multi-year engineering support contract at a major facility, this value appears within a plausible range, assuming it covers comprehensive technical services.

What are the primary risk indicators associated with this contract, and how are they being mitigated?

Primary risk indicators for this contract include the complexity of engineering services required for a specialized facility like the High Speed Test Track, potential for unforeseen technical challenges, and the inherent risks of a long-term performance period (over three years). The joint venture structure itself can introduce management complexities. Mitigation strategies are primarily embedded in the contract's firm-fixed-price (FFP) nature, which shifts cost overrun risk to the contractor. Clear performance standards, defined deliverables, and regular progress reviews by the Department of the Army are crucial oversight mechanisms. The selection of a joint venture, presumably based on demonstrated capabilities and past performance, also serves as a risk mitigation factor, indicating the government's confidence in the chosen entity's ability to handle the technical demands. Robust project management by both the contractor and the government will be essential.

How does the 'full and open competition' award strategy impact the overall value and efficiency for the taxpayer?

The 'full and open competition' award strategy is generally considered the most beneficial for taxpayers. It ensures that the government solicits proposals from all responsible sources, maximizing the pool of potential bidders. This broad competition typically drives down prices as contractors vie for the award, leading to better value. It also encourages innovation and allows the government to select the offeror that provides the best combination of technical capability, past performance, and price. For this $24.6 million contract, full and open competition suggests that the Department of the Army sought the most qualified and cost-effective provider for engineering services at Holloman AFB, thereby optimizing the use of taxpayer funds by leveraging market forces to achieve competitive pricing and superior service delivery.

What is the historical spending pattern for engineering services at Holloman Air Force Base or similar test tracks?

Analyzing historical spending patterns for engineering services at Holloman AFB or comparable test tracks is crucial for context. While specific data for this exact task order's predecessors isn't provided, spending on military installation support, particularly for specialized facilities like test tracks, tends to be consistent but can fluctuate based on modernization needs, infrastructure upgrades, or new testing requirements. Historically, such contracts are often awarded through competitive processes, with values ranging from a few million to tens of millions of dollars annually, depending on the scope. Factors influencing spending include the age and condition of the facility, the types of testing conducted (e.g., missile, aircraft, vehicle), and the level of technological advancement required. A sustained need for engineering services suggests a long-term commitment to the facility's operational readiness and development.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

Product/Service Code: ARCHITECT/ENGINEER SERVICESARCH-ENG SVCS - GENERAL

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 5430 LBJ FREEWAY, DALLAS, TX, 75240

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $25,856,362

Exercised Options: $24,612,943

Current Obligation: $24,612,943

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: W912PL25D0008

IDV Type: IDC

Timeline

Start Date: 2025-03-28

Current End Date: 2028-07-10

Potential End Date: 2028-07-10 00:00:00

Last Modified: 2025-03-28

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending