USDA Forest Service Awards $15M for National Retardant in 2025, Sole-Source Contract
Contract Overview
Contract Amount: $40,810,801 ($40.8M)
Contractor: Perimeter Solutions LP
Awarding Agency: Department of Agriculture
Start Date: 2025-01-01
End Date: 2025-12-31
Contract Duration: 364 days
Daily Burn Rate: $112.1K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NATIONAL RETARDANT - BULK 2025 INITIAL FUNDING - $15M
Place of Performance
Location: BOISE, ADA County, IDAHO, 83705
State: Idaho Government Spending
Plain-Language Summary
Department of Agriculture obligated $40.8 million to PERIMETER SOLUTIONS LP for work described as: NATIONAL RETARDANT - BULK 2025 INITIAL FUNDING - $15M Key points: 1. The contract is for bulk retardant, a critical resource for wildfire suppression. 2. Perimeter Solutions LP is the sole awardee, raising questions about competition. 3. The $15M initial funding is for a 12-month period. 4. The award is a delivery order under an unspecified contract vehicle.
Value Assessment
Rating: fair
The $15M initial funding for 12 months suggests a significant but potentially variable annual spend. Benchmarking against similar bulk chemical purchases would be necessary for a precise value assessment.
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 compared to a competitive process.
Taxpayer Impact: The lack of competition for a critical resource like fire retardant may result in taxpayers paying a premium.
Public Impact
Ensures availability of essential wildfire suppression materials. Potential for increased costs due to sole-source nature. Reliance on a single supplier for a critical national resource. Impacts the operational readiness of the Forest Service in combating wildfires.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and price discovery.
- Potential for overpayment due to lack of competitive bidding.
- Dependence on a single supplier for a critical national asset.
Positive Signals
- Ensures supply of a vital resource for wildfire management.
- Clear funding allocation for the upcoming fiscal year.
Sector Analysis
The Forest Service's procurement of fire retardants falls within the broader chemical manufacturing sector, specifically for emergency response applications. Spending benchmarks for such specialized chemicals are difficult to establish without detailed specifications and market analysis.
Small Business Impact
There is no indication of small business participation in this sole-source award. Future procurements should explore opportunities for small businesses in the supply chain or related services.
Oversight & Accountability
The sole-source nature of this award warrants close oversight to ensure fair pricing and adequate performance. The Forest Service should document the justification for not competing this requirement.
Related Government Programs
- All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Department of Agriculture Contracting
- Forest Service Programs
Risk Flags
- Sole-source award
- Lack of competition
- Potential for price inflation
- Supply chain dependency
- Limited transparency on justification
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 $40.8 million to PERIMETER SOLUTIONS LP. NATIONAL RETARDANT - BULK 2025 INITIAL FUNDING - $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 $40.8 million.
What is the period of performance?
Start: 2025-01-01. End: 2025-12-31.
What is the justification for awarding this contract on a sole-source basis, and what steps are being taken to ensure fair pricing?
The justification for a sole-source award typically involves unique capabilities, urgent needs, or lack of viable alternatives. Without specific details, it's difficult to assess. However, the agency should have robust internal controls and potentially engage independent cost estimators to validate pricing against market benchmarks and ensure the taxpayer receives fair value, even in a non-competitive scenario.
What are the risks associated with relying on a single supplier for a critical national resource like fire retardant?
The primary risks include supply chain disruptions due to the sole supplier's operational issues, price gouging due to lack of competition, and potential for reduced innovation. If the supplier faces production problems or goes out of business, the Forest Service could face critical shortages during peak wildfire seasons, jeopardizing public safety and increasing firefighting costs.
How does this sole-source award impact the Forest Service's long-term strategy for wildfire suppression resource acquisition?
A sole-source award for a significant portion of fire retardant needs suggests a potential gap in strategic sourcing or market analysis. It may indicate a lack of alternative suppliers or a deliberate decision to maintain a relationship with a specific provider. This approach could hinder the development of a more resilient and cost-effective supply chain in the future.
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
Solicitation ID: 1202SC24R2500
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: $40,810,801
Exercised Options: $40,810,801
Current Obligation: $40,810,801
Actual Outlays: $37,810,801
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 1202SC24T2500
IDV Type: IDC
Timeline
Start Date: 2025-01-01
Current End Date: 2025-12-31
Potential End Date: 2025-12-31 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.)