USDA awards $9.1M for mobile incinerators to MIPPS, LLC, citing a sole-source justification
Contract Overview
Contract Amount: $9,136,559 ($9.1M)
Contractor: Mipps, LLC
Awarding Agency: Department of Agriculture
Start Date: 2023-02-01
End Date: 2026-03-31
Contract Duration: 1,154 days
Daily Burn Rate: $7.9K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MOBILE WARM WEATHER INCINERATORS
Place of Performance
Location: ANCHORAGE, ANCHORAGE County, ALASKA, 99503
State: Alaska Government Spending
Plain-Language Summary
Department of Agriculture obligated $9.1 million to MIPPS, LLC for work described as: MOBILE WARM WEATHER INCINERATORS Key points: 1. The contract's value appears reasonable given the specialized nature of mobile incineration units, though direct comparisons are limited. 2. Sole-source procurement raises concerns about potential overpricing and lack of market-driven cost efficiencies. 3. The duration of the contract (nearly 3 years) suggests a sustained need for these specialized assets. 4. Geographic focus on Alaska (st='AK') indicates a specific operational requirement, potentially related to remote or sensitive waste management. 5. The absence of small business set-aside flags suggests this contract was not specifically targeted to boost small business participation.
Value Assessment
Rating: fair
Benchmarking the value of mobile warm weather incinerators is challenging due to their specialized nature and limited market availability. The contract value of $9.1M over approximately three years suggests a significant investment. Without comparable contract data or detailed cost breakdowns, it's difficult to definitively assess if this represents excellent value for money. However, the sole-source nature of the award warrants scrutiny regarding pricing competitiveness.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning MIPPS, LLC was the only vendor considered. This approach bypasses the standard competitive bidding process, which typically involves multiple vendors submitting proposals. While sole-source awards can be justified under specific circumstances (e.g., unique capabilities, urgent needs), they limit price discovery and can potentially lead to higher costs for the government compared to a fully competed contract.
Taxpayer Impact: Taxpayers may face higher costs due to the lack of competitive pressure to drive down prices. The absence of competition also means less transparency in how the final price was determined.
Public Impact
The Department of Agriculture's Animal and Plant Health Inspection Service (APHIS) is the primary beneficiary, likely for disease control or biosecurity measures. The contract will deliver specialized mobile incineration units, crucial for on-site disposal of biological materials or contaminated waste. The specified location in Alaska (st='AK') suggests the units will be deployed to address unique environmental or logistical challenges in that region. The acquisition of these units could support federal efforts in animal health surveillance, emergency response, and environmental protection.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potentially increases cost to taxpayers.
- Lack of transparency in the justification for sole-source procurement.
- Limited public information on the specific technical requirements and performance metrics of the incinerators.
- Potential for vendor lock-in given the specialized nature of the equipment.
Positive Signals
- Addresses a critical need for mobile waste disposal, potentially for sensitive biological materials.
- Contract awarded to a single vendor suggests they possess unique or specialized capabilities required by APHIS.
- Long-term contract duration indicates a sustained operational requirement and commitment from the agency.
Sector Analysis
The market for mobile incinerators is a niche segment within the broader industrial equipment and waste management sectors. Companies in this space often possess specialized engineering and manufacturing capabilities. Federal spending in this area is typically driven by specific agency needs related to environmental compliance, biosecurity, disaster response, or remote operations. Comparable spending benchmarks are difficult to establish without more detailed specifications and market analysis, but such specialized equipment can represent significant capital investment.
Small Business Impact
The contract details indicate that small business participation was not a primary consideration, as the award was sole-source and the 'sb' (small business) flag is false. There is no indication of small business set-aside provisions. This means that opportunities for small businesses to participate either as the prime contractor or as subcontractors are unlikely unless MIPPS, LLC voluntarily engages them. The impact on the small business ecosystem is minimal in this instance.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Agriculture's contracting officers and the Animal and Plant Health Inspection Service (APHIS) program managers. Transparency is limited due to the sole-source nature of the award. Accountability measures would be defined in the contract's terms and conditions, focusing on delivery, performance, and compliance with specifications. The Inspector General's office for the USDA may conduct audits or investigations if specific concerns arise regarding waste, fraud, or abuse.
Related Government Programs
- USDA Biosecurity Programs
- Federal Emergency Management Agency (FEMA) Disaster Response Equipment
- Department of Defense Mobile Waste Management Solutions
- Environmental Protection Agency (EPA) Waste Disposal Contracts
Risk Flags
- Sole-source award raises concerns about fair pricing.
- Limited public information on technical specifications and performance metrics.
- Potential for higher costs to taxpayers due to lack of competition.
Tags
agriculture, animal-and-plant-health-inspection-service, aphis, mobile-incinerators, sole-source, firm-fixed-price, specialized-equipment, waste-management, alaska, usda, truck-trailer-manufacturing, non-competitive
Frequently Asked Questions
What is this federal contract paying for?
Department of Agriculture awarded $9.1 million to MIPPS, LLC. MOBILE WARM WEATHER INCINERATORS
Who is the contractor on this award?
The obligated recipient is MIPPS, LLC.
Which agency awarded this contract?
Awarding agency: Department of Agriculture (Animal and Plant Health Inspection Service).
What is the total obligated amount?
The obligated amount is $9.1 million.
What is the period of performance?
Start: 2023-02-01. End: 2026-03-31.
What specific technical capabilities or unique features justify the sole-source award to MIPPS, LLC for these mobile incinerators?
The justification for a sole-source award typically hinges on unique capabilities, proprietary technology, or a lack of adequate competition. For mobile incinerators, this could involve specific emission control standards required for warm weather operation, specialized mobility features for difficult terrain (especially given the Alaska location), rapid deployment capabilities, or unique waste processing capacities. Without the specific justification document, it's impossible to detail the exact reasons. However, agencies usually cite factors like essential unique capabilities, urgent need where competition is infeasible, or when only one responsible source can provide the required supply or service. The government would have had to demonstrate that no other vendor could meet these precise requirements.
How does the pricing of these mobile incinerators compare to similar equipment or previous procurements, if data is available?
Direct price comparisons for specialized mobile incinerators are challenging due to the niche market and proprietary nature of the technology. Publicly available data on similar contracts is scarce. The contract value of $9.1M for multiple units over nearly three years suggests a substantial investment. Without access to detailed cost breakdowns from MIPPS, LLC or comparable bids from other potential suppliers, it's difficult to benchmark the value effectively. The sole-source nature of this award further complicates price analysis, as competitive pressures that typically drive down costs are absent. A thorough review would require access to the government's cost and price analysis documentation.
What are the primary risks associated with awarding a contract of this magnitude on a sole-source basis?
The primary risks associated with sole-source contracts include potential overpricing due to the lack of competition, reduced innovation as there's less incentive for the vendor to offer cost-saving improvements, and a lack of transparency in the procurement process. Taxpayers may not receive the best possible value for their money. Furthermore, it can create a vendor dependency, making it difficult for the government to switch suppliers or negotiate better terms in the future. There's also a risk that the government might not be aware of alternative solutions or vendors that could meet its needs more effectively or affordably.
What is the expected performance and operational lifespan of these mobile incinerators, and how is this being monitored?
The contract specifies a duration of 1154 days (approximately 3 years and 2 months), indicating the period over which the units are expected to be delivered and potentially operational. Performance expectations would be detailed in the contract's Statement of Work (SOW) or Performance Work Statement (PWS), outlining technical specifications, capacity, emission standards, and reliability requirements. Monitoring would likely involve acceptance testing upon delivery, periodic performance reviews, and potentially site visits by agency personnel. The contract's Firm Fixed Price (FFP) nature suggests the contractor is responsible for meeting all performance requirements within the agreed price. Failure to meet these could result in contract remedies.
What is the historical spending pattern for mobile incinerators by the Department of Agriculture or similar agencies?
Historical spending data for mobile incinerators by the Department of Agriculture (USDA) or similar agencies is not readily available in the public domain. Procurements for such specialized equipment are often infrequent and project-specific. Agencies like USDA's Animal and Plant Health Inspection Service (APHIS) might procure these units for specific disease outbreaks, biosecurity initiatives, or research purposes. Without access to specialized contract databases or agency procurement histories, it's difficult to establish a clear spending pattern. This $9.1M award appears to be a significant, potentially one-off investment rather than part of a recurring expenditure.
What are the implications of the contract being awarded for 'Truck Trailer Manufacturing' (NAICS 336212) when the item is 'MOBILE WARM WEATHER INCINERATORS'?
The NAICS code '336212 - Truck Trailer Manufacturing' might seem incongruous with 'Mobile Warm Weather Incinerators.' However, mobile incinerators are often mounted on trailers or skids for transportability, making them essentially specialized trailer-based units. The manufacturing process could involve significant trailer fabrication and integration of the incineration system. Therefore, the NAICS code likely reflects the primary manufacturing activity or the base platform of the mobile unit. It's common for government contracts to use NAICS codes that broadly categorize the manufacturing or assembly process, even if the end product has highly specialized components.
Industry Classification
NAICS: Manufacturing › Motor Vehicle Body and Trailer Manufacturing › Truck Trailer Manufacturing
Product/Service Code: MOTOR VEHICLES, CYCLES, TRAILERS
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4300 B ST, ANCHORAGE, AK, 99503
Business Categories: Alaskan Native Corporation Owned Firm, American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, Government, Native American Tribal Government, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $9,136,559
Exercised Options: $9,136,559
Current Obligation: $9,136,559
Actual Outlays: $8,843,600
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 12639523D0023
IDV Type: IDC
Timeline
Start Date: 2023-02-01
Current End Date: 2026-03-31
Potential End Date: 2026-03-31 00:00:00
Last Modified: 2025-12-22
More Contracts from Mipps, LLC
- This IS a Labor-Hour Contract for Non-Personal Grants Management Support Professional Services and IS Issued Under the U.S Small Business Administration's (SBA) "THE 8(A) Program", Under the Authority of Federal Acquisition Regulation — $24.9M (Department of Agriculture)
- Support Electronic Health Record Core Areas and ALL Clinical Information Systems in the Defense Health Agency Portfolio — $24.9M (Department of Defense)
- Procurement of Cold Weather Incinerators — $7.7M (Department of Agriculture)
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.)