Commerce Department awards $9.5M contract for environmental consulting to Lynker Corporation

Contract Overview

Contract Amount: $9,486,922 ($9.5M)

Contractor: Lynker Corporation

Awarding Agency: Department of Commerce

Start Date: 2023-09-01

End Date: 2026-08-31

Contract Duration: 1,095 days

Daily Burn Rate: $8.7K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 2

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: CONSULTING AND TECHNICAL SUPPORT SERVICES FOR THE NATIONAL OCEAN SERVICE'S OFFICE OF RESPONSE AND RESTORATION.

Place of Performance

Location: SEATTLE, KING County, WASHINGTON, 98115

State: Washington Government Spending

Plain-Language Summary

Department of Commerce obligated $9.5 million to LYNKER CORPORATION for work described as: CONSULTING AND TECHNICAL SUPPORT SERVICES FOR THE NATIONAL OCEAN SERVICE'S OFFICE OF RESPONSE AND RESTORATION. Key points: 1. Contract provides essential support for the National Ocean Service's response and restoration efforts. 2. The award was made under full and open competition, suggesting a competitive bidding process. 3. Lynker Corporation, the awardee, has a track record in government contracting. 4. The contract duration of 1095 days indicates a long-term need for these services. 5. The use of Time and Materials pricing may present cost control challenges if not closely managed. 6. The contract is a delivery order, implying it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle.

Value Assessment

Rating: good

The contract value of approximately $9.5 million over three years appears reasonable for specialized environmental consulting services. Benchmarking against similar contracts for scientific and technical support within NOAA or other environmental agencies would provide a more precise value-for-money assessment. The Time and Materials (T&M) pricing structure, while common for evolving scopes, requires diligent oversight to ensure costs remain within expected parameters and do not escalate beyond the initial estimate. The awarded amount is within the range of typical consulting contracts for similar federal agencies.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The specific number of bidders is not provided, but this procurement method generally fosters a competitive environment, which can lead to better pricing and service offerings for the government. The open competition suggests that the agency sought the best value from the widest possible pool of qualified contractors.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it increases the likelihood of securing services at competitive prices, preventing potential overcharges that could arise from limited or sole-source awards.

Public Impact

The National Ocean Service's Office of Response and Restoration benefits directly through enhanced support for its critical environmental mission. Services delivered will aid in responding to environmental incidents and restoring damaged marine and coastal ecosystems. The geographic impact is national, focusing on the protection and restoration of U.S. ocean and coastal resources. The contract supports a specialized workforce of environmental consultants and technical experts.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Environmental Consulting Services sector, a segment of the broader professional, scientific, and technical services industry. This sector is crucial for government agencies tasked with environmental protection, regulatory compliance, and natural resource management. The market size for federal environmental consulting is substantial, driven by ongoing needs for research, analysis, and technical support across agencies like NOAA. Comparable spending benchmarks would involve analyzing other NOAA contracts for similar scientific support or consulting services, as well as contracts awarded by the EPA or Department of the Interior for environmental management.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a small business set-aside. However, the prime contractor, Lynker Corporation, may choose to subcontract portions of the work to small businesses as part of its overall business strategy, which could provide opportunities within the small business ecosystem.

Oversight & Accountability

Oversight for this contract will likely be managed by the National Oceanic and Atmospheric Administration (NOAA) contracting officers and program managers. Accountability measures will be defined within the contract's statement of work, including performance standards and reporting requirements. Transparency is facilitated through public contract databases like FPDS. While specific Inspector General (IG) jurisdiction isn't detailed here, the Department of Commerce's Office of Inspector General typically oversees federal spending within the department to ensure efficiency and prevent fraud, waste, and abuse.

Related Government Programs

Risk Flags

Tags

environmental-consulting, department-of-commerce, noaa, national-ocean-service, full-and-open-competition, delivery-order, time-and-materials, lynker-corporation, scientific-services, washington-dc-metro, professional-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Commerce awarded $9.5 million to LYNKER CORPORATION. CONSULTING AND TECHNICAL SUPPORT SERVICES FOR THE NATIONAL OCEAN SERVICE'S OFFICE OF RESPONSE AND RESTORATION.

Who is the contractor on this award?

The obligated recipient is LYNKER CORPORATION.

Which agency awarded this contract?

Awarding agency: Department of Commerce (National Oceanic and Atmospheric Administration).

What is the total obligated amount?

The obligated amount is $9.5 million.

What is the period of performance?

Start: 2023-09-01. End: 2026-08-31.

What is Lynker Corporation's track record with federal contracts, particularly with NOAA?

Lynker Corporation has a history of receiving federal contracts, including those with NOAA and other agencies. A review of federal procurement data (e.g., FPDS) would reveal the specific types and values of contracts awarded to Lynker Corporation. This includes examining their performance history, any past performance evaluations, and their experience with similar service requirements. Understanding their past performance is crucial for assessing their capability to successfully execute this new contract, ensuring they meet delivery timelines, quality standards, and budgetary constraints. Their existing relationship with NOAA could indicate familiarity with agency processes and requirements, potentially leading to smoother execution.

How does the $9.5 million contract value compare to similar environmental consulting services procured by NOAA or other federal agencies?

The $9.5 million contract value over three years for environmental consulting services appears to be within a reasonable range for specialized support to a federal agency like NOAA. To establish a precise benchmark, one would compare this contract's value per year (approximately $3.17 million) against contracts for similar services (e.g., scientific support, technical assistance, environmental analysis) awarded by NOAA, EPA, or other relevant departments. Factors such as the specific expertise required, the scope of work, the duration, and the level of competition influence pricing. Without detailed scope comparisons, it's difficult to definitively state if it's high or low, but it doesn't immediately suggest an outlier value for this type of federal support.

What are the primary risks associated with the Time and Materials (T&M) pricing structure used in this contract?

The primary risk with a Time and Materials (T&M) pricing structure is the potential for cost overruns if not rigorously managed. Unlike fixed-price contracts, T&M contracts reimburse the contractor for direct labor hours at specified hourly rates and for the actual cost of materials. This can lead to unpredictable final costs for the government, especially if the project scope expands, inefficiencies arise, or the contractor does not manage resources effectively. Effective oversight, detailed tracking of hours and materials, and clear task definitions are critical to mitigate these risks and ensure the government receives good value. The government must actively monitor progress and control scope to prevent costs from exceeding the anticipated budget.

How does the 'full and open competition' procurement method benefit taxpayers in this instance?

Awarding the contract through 'full and open competition' benefits taxpayers by fostering a competitive environment that typically drives down prices and improves the quality of services. This method allows any qualified business to bid, maximizing the pool of potential offerors and increasing the likelihood that the government receives the best possible value for its money. It prevents potential price inflation that can occur with sole-source or limited competition contracts. Taxpayers benefit from the agency securing specialized environmental consulting services at a price determined by market forces, rather than through a less transparent or restricted process.

What are the potential performance implications of this contract being a 'Delivery Order'?

This contract being a 'Delivery Order' (aw: DELIVERY ORDER) implies it is likely issued under a larger Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract vehicle. This means the $9.5 million is the value for this specific order, not necessarily the total value of the underlying IDIQ. The performance implications depend on the structure of the IDIQ. If the IDIQ itself was competitively awarded, this delivery order benefits from that initial competition. However, if the IDIQ has limited competition or if this is one of only a few delivery orders placed, it could concentrate risk. Performance management will focus on meeting the specific requirements of this order, ensuring Lynker Corporation delivers the defined environmental consulting services effectively and on time.

What is the historical spending pattern for environmental consulting services by the National Ocean Service or NOAA?

Analyzing historical spending patterns for environmental consulting services by the National Ocean Service (NOS) or NOAA is crucial for context. This involves examining past contract awards for similar services, their values, durations, and the contractors involved. Understanding trends in spending—whether it's increasing, decreasing, or remaining stable—can indicate the agency's sustained commitment to these services and help in evaluating the current contract's value. For instance, if NOAA has consistently awarded multi-million dollar contracts for environmental consulting over the past decade, this $9.5 million award aligns with established patterns. Conversely, a significant deviation might warrant further investigation into the reasons behind the change.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesEnvironmental Consulting Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 1305M223RNCNR0013

Offers Received: 2

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 5485 CONESTOGA CT STE 220, BOULDER, CO, 80301

Business Categories: Category Business, HUBZone Firm, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $26,597,107

Exercised Options: $15,210,125

Current Obligation: $9,486,922

Actual Outlays: $5,978,738

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 1305M419DNCNA0018

IDV Type: IDC

Timeline

Start Date: 2023-09-01

Current End Date: 2026-08-31

Potential End Date: 2028-08-31 00:00:00

Last Modified: 2026-03-09

More Contracts from Lynker Corporation

View all Lynker Corporation federal contracts →

Other Department of Commerce Contracts

View all Department of Commerce contracts →

Explore Related Government Spending