Forest Service Awards $51.5M for Fire Retardant Services, Sole-Source Contract Raises Concerns
Contract Overview
Contract Amount: $51,542,267 ($51.5M)
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: $141.6K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FAM RETARDANT - FULL SERVICE, 2025 IQ-NOCOMMIT
Place of Performance
Location: BOISE, ADA County, IDAHO, 83705
State: Idaho Government Spending
Plain-Language Summary
Department of Agriculture obligated $51.5 million to PERIMETER SOLUTIONS LP for work described as: FAM RETARDANT - FULL SERVICE, 2025 IQ-NOCOMMIT Key points: 1. Significant contract value of $51.5 million for essential fire retardant services. 2. Sole-source award limits competition and potentially impacts price discovery. 3. Risk of overpayment due to lack of competitive bidding. 4. Sector context: Critical for wildfire suppression and environmental protection.
Value Assessment
Rating: questionable
The contract's value of $51.5 million is substantial. Without competitive bidding, it's difficult to assess if this price is fair compared to market rates for similar fire retardant services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning no other vendors were considered. This significantly limits price discovery and competition, potentially leading to higher costs for taxpayers.
Taxpayer Impact: The lack of competition in this sole-source award may result in taxpayers paying more than necessary for critical fire retardant services.
Public Impact
Ensures availability of vital fire retardant for the upcoming wildfire season. Potential for increased costs to taxpayers due to non-competitive award. Impacts the operational readiness of the Forest Service in wildfire suppression efforts.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award
- Lack of competition
- Potential for inflated pricing
Positive Signals
- Essential service for wildfire prevention
- Ensures operational capability
Sector Analysis
This contract falls within the chemical manufacturing sector, specifically for fire retardants crucial for the Forest Service's wildfire suppression efforts. Benchmarks for similar large-scale, sole-source chemical supply contracts are difficult to establish without competitive data.
Small Business Impact
The data does not indicate any specific provisions or considerations for small businesses in this sole-source award. The prime contractor is a large entity, suggesting limited direct opportunity for small businesses on this particular contract.
Oversight & Accountability
The sole-source nature of this award warrants close oversight to ensure the price is reasonable and the service meets all requirements. Accountability for the justification of the sole-source decision is crucial.
Related Government Programs
- All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Department of Agriculture Contracting
- Forest Service Programs
Risk Flags
- Sole-source award limits competition.
- Potential for price inflation.
- Lack of transparency in price determination.
- Dependency on a single supplier for a critical resource.
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 $51.5 million to PERIMETER SOLUTIONS LP. FAM RETARDANT - FULL SERVICE, 2025 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 $51.5 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 were taken to ensure the price is fair and reasonable?
The justification for a sole-source award typically involves unique capabilities, urgent needs, or lack of available alternatives. Without this specific justification, it's impossible to assess the fairness of the price. Agencies should provide detailed documentation for sole-source awards, including market research and price analysis, to ensure taxpayer funds are used efficiently and effectively.
What are the risks associated with relying on a single provider for a critical service like fire retardant, especially during peak wildfire season?
Relying on a single provider creates significant risk. Disruptions in the provider's supply chain, production issues, or unforeseen logistical problems could lead to shortages of critical fire retardant. This could directly impact the Forest Service's ability to combat wildfires effectively, potentially leading to larger, more destructive fires and increased damage to natural resources and property.
How will the Forest Service monitor the performance and cost-effectiveness of this sole-source contract to ensure value for taxpayer money?
The Forest Service should implement robust contract monitoring, including regular performance reviews, quality checks, and potentially independent cost analyses if feasible. Establishing clear performance metrics and delivery schedules is essential. Given the sole-source nature, proactive communication with the contractor and a thorough review of invoicing and delivery records will be critical to ensuring accountability and value.
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: $51,542,267
Exercised Options: $51,542,267
Current Obligation: $51,542,267
Actual Outlays: $46,542,267
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: 2026-01-07
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.)