Forest Service awards $50M contract for aerial firefighting retardant services, raising value-for-money questions

Contract Overview

Contract Amount: $49,818,665 ($49.8M)

Contractor: Perimeter Solutions LP

Awarding Agency: Department of Agriculture

Start Date: 2022-01-01

End Date: 2022-12-31

Contract Duration: 364 days

Daily Burn Rate: $136.9K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: NATIONAL RETARDANT - FULL SERVICE, 2022 IQ-NOCOMMIT

Place of Performance

Location: SAINT LOUIS, SAINT LOUIS County, MISSOURI, 63119

State: Missouri Government Spending

Plain-Language Summary

Department of Agriculture obligated $49.8 million to PERIMETER SOLUTIONS LP for work described as: NATIONAL RETARDANT - FULL SERVICE, 2022 IQ-NOCOMMIT Key points: 1. The contract's value-for-money is questionable given the lack of competition and the firm-fixed-price structure, which may not incentivize cost efficiency. 2. Competition dynamics are limited, with the contract being awarded on a 'not competed' basis, potentially leading to higher prices. 3. Risk indicators include the sole-source nature of the award and the absence of clear performance metrics in the provided data. 4. Performance context is difficult to assess without detailed service level agreements or historical performance data. 5. Sector positioning places this contract within the broader 'Support Activities for Forestry' category, crucial for wildfire management. 6. The contract's duration of 364 days suggests a focus on immediate operational needs rather than long-term strategic planning.

Value Assessment

Rating: questionable

Benchmarking the value of this contract is challenging without comparable sole-source awards for similar retardant services. The firm-fixed-price structure, while providing cost certainty, may not be the most cost-effective for services where demand can fluctuate. Further analysis of the unit costs and the contractor's pricing compared to industry standards would be necessary to definitively assess value for money.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a 'not competed' basis, indicating a sole-source procurement. This means that only one vendor, Perimeter Solutions LP, was considered for the award. The lack of a competitive bidding process limits price discovery and may result in the government paying a premium for the services. It is unclear from the provided data why this contract was not competed.

Taxpayer Impact: Taxpayers may be overpaying due to the absence of competitive pressure to drive down costs. A sole-source award bypasses the opportunity to secure the best possible price through market forces.

Public Impact

The primary beneficiaries are the US Forest Service and potentially other federal and state agencies relying on aerial firefighting capabilities. The service delivered is the provision of aerial firefighting retardant, critical for suppressing wildfires. The geographic impact is likely national, supporting wildfire suppression efforts across various regions where the Forest Service operates. Workforce implications are indirect, supporting the operational readiness of firefighting crews and aviation support personnel.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader aerospace and defense sector, specifically focusing on specialized support services for emergency response. The market for aerial firefighting services, including retardant supply and delivery, is critical for national security and environmental protection. While specific market size data for retardant supply is not readily available, the overall spending on wildfire suppression is substantial, often in the billions annually, highlighting the importance of such contracts.

Small Business Impact

The provided data indicates that this contract was not competed and does not specify any small business set-aside provisions or subcontracting goals. Therefore, the direct impact on the small business ecosystem is likely minimal unless Perimeter Solutions LP engages small businesses as subcontractors. Further investigation into subcontracting plans would be needed to assess any indirect benefits.

Oversight & Accountability

Oversight mechanisms for this contract would typically involve the contracting officer's representative (COR) within the Forest Service, responsible for monitoring performance and ensuring compliance with contract terms. Accountability is primarily driven by the firm-fixed-price structure, which defines the scope and cost. Transparency is limited by the sole-source nature of the award; the justification for not competing the contract would be a key area for oversight.

Related Government Programs

Risk Flags

Tags

sector-other, agency-department-of-agriculture, agency-forest-service, contract-type-not-competed, contract-type-sole-source, contract-type-firm-fixed-price, award-type-delivery-order, size-category-unknown, competition-level-sole-source, service-area-national, fiscal-year-2022, product-service-code-unknown

Frequently Asked Questions

What is this federal contract paying for?

Department of Agriculture awarded $49.8 million to PERIMETER SOLUTIONS LP. NATIONAL RETARDANT - FULL SERVICE, 2022 IQ-NOCOMMIT

Who is the contractor on this award?

The obligated recipient is PERIMETER SOLUTIONS LP.

Which agency awarded this contract?

Awarding agency: Department of Agriculture (Forest Service).

What is the total obligated amount?

The obligated amount is $49.8 million.

What is the period of performance?

Start: 2022-01-01. End: 2022-12-31.

What is the track record of Perimeter Solutions LP in providing aerial firefighting retardant services to the federal government?

Perimeter Solutions LP is a significant player in the aerial firefighting industry, known for manufacturing and supplying fire retardants. While specific contract performance details for this exact award are not provided, the company has a history of supplying retardant products and services to various government agencies. Their experience in the field suggests a capability to meet the demands of such contracts. However, a deeper dive into past performance reviews, any disputes, or contract modifications related to their previous federal awards would offer a more comprehensive understanding of their reliability and effectiveness.

How does the $49.8 million contract value compare to historical spending on similar aerial firefighting retardant services by the Forest Service?

Comparing this $49.8 million contract to historical spending requires access to detailed historical procurement data for aerial firefighting retardant services. Without that specific data, it's difficult to make a direct comparison. However, annual wildfire seasons can vary significantly in severity, influencing the demand and cost of retardant services. If this contract represents a significant increase or decrease compared to previous years' average spending for similar scope and duration, it could indicate shifts in operational needs, market pricing, or procurement strategies. Further analysis of multi-year spending trends would be necessary to contextualize this award.

What are the specific risks associated with a sole-source award for critical wildfire suppression resources?

Sole-source awards for critical resources like aerial firefighting retardant carry several risks. Primarily, the lack of competition can lead to inflated prices, as the government does not benefit from the cost-saving pressures inherent in a competitive bidding process. This can result in a lower value for taxpayer money. Additionally, sole-source contracts may reduce the incentive for the awarded contractor to innovate or maintain the highest service standards, as there is no immediate threat of losing the business to a competitor. It also limits the government's ability to explore alternative solutions or suppliers that might offer better technology or more efficient service delivery.

What are the key performance indicators (KPIs) expected under this contract, and how is performance measured?

The provided data does not specify the key performance indicators (KPIs) for this contract, nor does it detail how performance is measured. Typically, for such services, KPIs might include timeliness of retardant delivery, quality and consistency of the retardant mixture, availability of assets, and adherence to safety protocols. Performance measurement would likely involve reporting from the contractor and oversight by a Contracting Officer's Representative (COR). Without explicit KPIs and measurement criteria, assessing the contractor's effectiveness and ensuring accountability becomes more challenging.

What is the justification for awarding this contract on a 'not competed' basis, and were alternative procurement methods considered?

The justification for awarding this contract on a 'not competed' basis is not provided in the given data. Federal procurement regulations allow for sole-source awards under specific circumstances, such as when only one responsible source can satisfy the agency's needs, or in cases of urgent and compelling need. Without the official justification document (e.g., a Justification and Approval - J&A), it is impossible to determine the specific reasons. It is also unclear whether alternative procurement methods, such as simplified acquisitions or other competitive strategies, were considered before resorting to a sole-source award.

Does the firm-fixed-price (FFP) contract type adequately address the potential variability in demand for aerial firefighting retardant services?

A firm-fixed-price (FFP) contract provides a set price for a defined scope of work, offering cost certainty to the government. However, for services like aerial firefighting retardant, where demand can be highly variable based on wildfire activity, an FFP contract might not be the most flexible or cost-effective structure. If the demand is lower than anticipated, the government might overpay for unused capacity. Conversely, if demand significantly exceeds what the contract implicitly covers, the contractor might be less inclined to scale up without additional compensation, potentially leading to service gaps. Hybrid structures or cost-plus-incentive-fee contracts are sometimes used for such variable services to better align costs with actual needs and performance.

Industry Classification

NAICS: Agriculture, Forestry, Fishing and HuntingSupport Activities for ForestrySupport Activities for Forestry

Product/Service Code: NATURAL RESOURCES MANAGEMENTNATURAL RESOURCE CONSERVERVAT SVCS

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3737 MARSHALL AVE, SAINT LOUIS, MO, 63119

Business Categories: Category Business, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations

Financial Breakdown

Contract Ceiling: $49,818,665

Exercised Options: $49,818,665

Current Obligation: $49,818,665

Actual Outlays: $49,818,665

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 12024B18D9025

IDV Type: IDC

Timeline

Start Date: 2022-01-01

Current End Date: 2022-12-31

Potential End Date: 2022-12-31 00:00:00

Last Modified: 2022-12-13

More Contracts from Perimeter Solutions LP

View all Perimeter Solutions LP federal contracts →

Other Department of Agriculture Contracts

View all Department of Agriculture contracts →

Explore Related Government Spending