Forest Service Obligates $15M for National Retardant in 2024, Sole-Sourced
Contract Overview
Contract Amount: $29,238,055 ($29.2M)
Contractor: Perimeter Solutions LP
Awarding Agency: Department of Agriculture
Start Date: 2024-03-23
End Date: 2024-12-31
Contract Duration: 283 days
Daily Burn Rate: $103.3K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NATIONAL RETARDANT - BULK 2024 INITIAL OBLIGATION - $15M
Place of Performance
Location: BOISE, ADA County, IDAHO, 83705
State: Idaho Government Spending
Plain-Language Summary
Department of Agriculture obligated $29.2 million to PERIMETER SOLUTIONS LP for work described as: NATIONAL RETARDANT - BULK 2024 INITIAL OBLIGATION - $15M Key points: 1. Significant 2024 obligation for essential wildfire suppression resource. 2. Sole-source award to Perimeter Solutions LP raises competition concerns. 3. High potential risk due to reliance on a single supplier for critical material. 4. Chemical manufacturing sector context is important for understanding supply chain.
Value Assessment
Rating: questionable
The initial obligation of $15M for bulk retardant in 2024 is a substantial amount. Without competitive bidding, it's difficult to assess if this price represents fair market value compared to similar contracts or industry benchmarks.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This limits price discovery and potentially leads to higher costs for taxpayers as there is no market pressure to offer competitive pricing.
Taxpayer Impact: The lack of competition for a critical resource like fire retardant could result in inflated prices, directly impacting taxpayer funds allocated for wildfire management.
Public Impact
Ensures availability of critical wildfire suppression resources for the upcoming season. Potential for increased costs due to lack of competitive bidding. Impacts the operational readiness of the Forest Service in combating wildfires. Highlights reliance on specific vendors for essential emergency supplies.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award
- Lack of competition
- Potential for price inflation
- Critical supply chain item
Positive Signals
- Ensures availability of essential resource
- Timely obligation for 2024 season
Sector Analysis
The Forest Service's procurement of fire retardant falls within the 'All Other Miscellaneous Chemical Product and Preparation Manufacturing' sector. Spending benchmarks for such specialized chemicals are difficult to ascertain without competitive data, but consistency in supply is paramount.
Small Business Impact
This contract does not appear to involve small businesses, as it is a sole-source award to a specific large supplier. Opportunities for small business participation in the supply chain for fire retardant are not evident in this award.
Oversight & Accountability
The sole-source nature of this award warrants close oversight to ensure the price is reasonable and the delivery meets the Forest Service's critical needs. Accountability for performance and cost is essential.
Related Government Programs
- All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Department of Agriculture Contracting
- Forest Service Programs
Risk Flags
- Sole-source award limits price competition.
- Potential for inflated costs.
- Reliance on a single supplier for a critical resource.
- Lack of transparency in pricing due to no-bid process.
- Limited opportunities for small business participation.
Tags
all-other-miscellaneous-chemical-product, department-of-agriculture, id, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Agriculture awarded $29.2 million to PERIMETER SOLUTIONS LP. NATIONAL RETARDANT - BULK 2024 INITIAL OBLIGATION - $15M
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 $29.2 million.
What is the period of performance?
Start: 2024-03-23. End: 2024-12-31.
What is the justification for the sole-source award of the fire retardant contract?
The justification for a sole-source award typically involves a critical need, lack of available alternatives, or a unique capability held by the sole provider. For fire retardant, this could relate to specific formulations, existing infrastructure, or urgent operational requirements where competition is not feasible within the necessary timeframe.
What are the potential risks associated with a sole-source fire retardant contract?
The primary risks include higher costs due to the absence of competitive pricing, potential supply chain disruptions if the sole provider faces issues, and a lack of innovation or service improvements that competition might drive. Over-reliance on one vendor can create significant vulnerability for critical operations.
How does this sole-source award impact the Forest Service's ability to effectively manage wildfire suppression costs?
A sole-source award inherently limits the Forest Service's ability to leverage competitive market forces to secure the best possible price. This can lead to higher expenditures than might be achieved through a competitive process, potentially diverting funds from other critical suppression or prevention activities.
Industry Classification
NAICS: Manufacturing › Other Chemical Product and Preparation Manufacturing › All Other Miscellaneous Chemical Product and Preparation Manufacturing
Product/Service Code: CHEMICALS AND CHEMICAL PRODUCTS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 8000 MARYLAND AVE, SAINT LOUIS, MO, 63105
Business Categories: Category Business, Foreign-Owned and U.S.-Incorporated Business, Partnership or Limited Liability Partnership, Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $29,238,055
Exercised Options: $29,238,055
Current Obligation: $29,238,055
Actual Outlays: $29,238,055
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 1202SC24T2500
IDV Type: IDC
Timeline
Start Date: 2024-03-23
Current End Date: 2024-12-31
Potential End Date: 2024-12-31 00:00:00
Last Modified: 2026-01-21
More Contracts from Perimeter Solutions LP
- FAM Retardant - Full Service, 2025 Iq-Nocommit — $74.4M (Department of Agriculture)
- FAM Retardant - Full Service, 2024 Iq-Nocommit — $70.5M (Department of Agriculture)
- FAM Retardant - Full Service, 2021 Iq-Nocommit — $70.5M (Department of Agriculture)
- 2025 National Fire Retardant Contract — $69.5M (Department of the Interior)
- 2024 Ltfr Fire Retardant — $63.8M (Department of the Interior)
Other Department of Agriculture Contracts
- Usda Enterprise-Scale Fedramp Certified Cloud Hosting Services. Igf::ot::igf — $336.8M (Accenture Federal Services LLC)
- Usda Disc Enterprise Wide Salesforce Software&support Services — $294.8M (Carahsoft Technology Corp)
- Provide Removal of Carcasses AT Premise X Igf::ot::igf Hpai — $292.5M (Clean Harbors Environmental Services Inc)
- Financial Management Modernization Initiative — $291.0M (Accenture LLP)
- Enterprise Application Services — $273.5M (Synergy Business Innovation & Solutions Inc.)