Interior's $152K Remediation Contract Awarded to North Wind General Contractors for Vale, Oregon
Contract Overview
Contract Amount: $152,433 ($152.4K)
Contractor: North Wind General Contractors LLC
Awarding Agency: Department of the Interior
Start Date: 2026-03-05
End Date: 2026-04-15
Contract Duration: 41 days
Daily Burn Rate: $3.7K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: VALE DISTRICT RVS AND DUMP SITES, VALE, OREGON
Place of Performance
Location: VALE, MALHEUR County, OREGON, 97918
State: Oregon Government Spending
Plain-Language Summary
Department of the Interior obligated $152,433.28 to NORTH WIND GENERAL CONTRACTORS LLC for work described as: VALE DISTRICT RVS AND DUMP SITES, VALE, OREGON Key points: 1. Contract focuses on essential environmental remediation services, addressing specific site needs. 2. Awarded through full and open competition after exclusion of sources, suggesting a targeted approach to vendor selection. 3. The fixed-price contract type aims to control costs and provide predictable spending. 4. Short performance period indicates a focused, project-specific scope of work. 5. Geographic focus on Vale, Oregon, highlights localized environmental management efforts. 6. Contractor North Wind General Contractors LLC has experience in similar remediation projects.
Value Assessment
Rating: good
The contract value of $152,433.28 appears reasonable for specialized remediation services over a short duration. Benchmarking against similar environmental cleanup contracts would provide further context, but the firm-fixed-price structure suggests a degree of cost certainty for the government. The scope is defined by a delivery order, implying it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle or a pre-competed framework, which can lead to more efficient pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This procurement method indicates that while the competition was intended to be broad, specific sources may have been excluded based on pre-defined criteria or prior performance. The number of bidders is not specified, but this approach suggests a more tailored competition than a completely unrestricted full and open process, potentially balancing broad access with specific capability requirements.
Taxpayer Impact: This method aims to ensure fair pricing by allowing multiple qualified vendors to bid, while potentially streamlining the process by focusing on relevant expertise. Taxpayers benefit from a competitive environment that seeks the best value among qualified contractors.
Public Impact
Residents and the environment in Vale, Oregon, will benefit from the remediation of waste disposal sites. Services delivered include the cleanup and management of hazardous or non-hazardous waste materials. The geographic impact is localized to the Vale District in Oregon. The contract supports specialized environmental services, potentially requiring a skilled workforce in remediation techniques.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition if source exclusion criteria were overly restrictive.
- Reliance on a single delivery order may not fully leverage the potential for long-term cost savings through broader IDIQ vehicles.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- Award to a known entity (North Wind General Contractors LLC) suggests prior vetting and potential for efficient execution.
- Focus on specific remediation needs addresses environmental concerns directly.
Sector Analysis
The remediation services sector is a critical component of environmental management and compliance within the broader government contracting landscape. This contract falls under the 'Remediation Services' NAICS code (562910), which encompasses establishments primarily engaged in cleaning up sites contaminated by pollution, operating hazardous waste treatment facilities, or providing waste management services. Spending in this sector is driven by regulatory requirements, infrastructure development, and the need to address legacy environmental issues. Comparable spending benchmarks would typically be assessed against other federal contracts for similar environmental cleanup projects, considering factors like scope, complexity, and geographic location.
Small Business Impact
The contract details indicate that small business participation was not a specific set-aside criterion (ss: false, sb: false). This suggests the competition was not targeted towards small businesses. While North Wind General Contractors LLC's size status is not provided, the lack of a small business set-aside means that subcontracting opportunities for small businesses would depend on the prime contractor's own policies and the nature of the work required. There is no explicit indication of a focus on integrating small businesses into this specific contract's execution.
Oversight & Accountability
Oversight for this contract would primarily fall under the Bureau of Land Management (BLM), an agency within the Department of the Interior. The BLM is responsible for ensuring the contractor meets the terms and conditions of the delivery order, including performance standards, timelines, and quality of work. As a federal contract, it is also subject to oversight by the Department of the Interior's Office of Inspector General, which investigates fraud, waste, and abuse. Transparency is generally maintained through contract award databases like SAM.gov, where basic contract information is publicly available.
Related Government Programs
- Environmental Remediation Services
- Waste Management and Disposal
- Bureau of Land Management Operations
- Department of the Interior Contracts
Risk Flags
- Potential for unforeseen site conditions
- Contract performance risk
- Scope definition clarity
Tags
remediation-services, department-of-the-interior, bureau-of-land-management, firm-fixed-price, delivery-order, full-and-open-competition-after-exclusion-of-sources, oregon, environmental-cleanup, small-value-contract, north-wind-general-contractors-llc
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $152,433.28 to NORTH WIND GENERAL CONTRACTORS LLC. VALE DISTRICT RVS AND DUMP SITES, VALE, OREGON
Who is the contractor on this award?
The obligated recipient is NORTH WIND GENERAL CONTRACTORS LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (Bureau of Land Management).
What is the total obligated amount?
The obligated amount is $152,433.28.
What is the period of performance?
Start: 2026-03-05. End: 2026-04-15.
What is North Wind General Contractors LLC's track record with the Department of the Interior and similar remediation projects?
North Wind General Contractors LLC has a history of performing environmental and remediation services for various government agencies, including the Department of the Interior. Publicly available data indicates they have secured multiple contracts for similar work, such as hazardous waste management, site cleanup, and demolition. Their experience often involves complex environmental challenges and adherence to strict regulatory standards. Assessing their past performance ratings on federal contracts, where available, would provide further insight into their reliability and effectiveness in executing projects like the Vale District RVS and Dump Sites remediation. Specific details on past project outcomes, cost performance, and client satisfaction would offer a comprehensive view of their capabilities.
How does the $152,433.28 contract value compare to similar remediation projects managed by the Bureau of Land Management?
The contract value of $152,433.28 for remediation services in Vale, Oregon, appears to be on the lower end for significant environmental cleanup projects, suggesting a focused scope or a specific phase of a larger initiative. Benchmarking requires comparing it to contracts with similar geographic scope, type of contamination (e.g., hazardous vs. non-hazardous waste), complexity of the site, and duration. The Bureau of Land Management (BLM) manages numerous sites requiring environmental attention; however, contract values can vary widely. A contract of this size might represent a targeted cleanup of specific dump sites or a preliminary assessment phase. Larger-scale remediation efforts at federal facilities often run into millions of dollars. Without more detailed scope information, direct comparison is challenging, but it suggests a manageable, project-specific task rather than a comprehensive site overhaul.
What are the primary risks associated with this specific remediation contract, and how are they mitigated?
Primary risks for this remediation contract include potential unforeseen site conditions (e.g., discovering unexpected hazardous materials), scope creep leading to cost overruns despite the fixed-price structure, and contractor performance issues. Mitigation strategies likely involve thorough site assessments prior to work commencement, clear definition of work requirements in the delivery order, and robust government oversight by the Bureau of Land Management. The firm-fixed-price contract itself mitigates cost overrun risk for the government, shifting much of that risk to the contractor. Contractor performance is typically managed through contract clauses requiring adherence to schedules, quality standards, and safety protocols, with potential penalties for non-compliance. The short duration also limits the window for significant delays.
What is the expected effectiveness of the remediation services to be performed under this contract?
The effectiveness of the remediation services will be measured by the successful cleanup and management of the Vale District RVS and Dump Sites, as defined by the contract's performance work statement. This typically involves removing, treating, or containing contaminants to meet established environmental standards and regulatory requirements set by agencies like the EPA or state environmental bodies. Successful completion should result in a safer environment for the local community and ecosystem, mitigating potential risks associated with the dump sites. The Bureau of Land Management's oversight and final acceptance of the work are key indicators of effectiveness. The contract's fixed-price nature incentivizes the contractor to achieve these objectives efficiently.
How does this contract fit into the Department of the Interior's broader environmental management strategy for Oregon?
This contract aligns with the Department of the Interior's (DOI) broader mandate to manage public lands responsibly, which includes addressing environmental liabilities such as legacy dump sites. For Oregon, a state with significant federal landholdings managed by agencies like the Bureau of Land Management (BLM), environmental stewardship is a key priority. Contracts like this one contribute to fulfilling the BLM's mission to protect natural resources and ensure public health and safety. It represents a specific action taken to remediate localized environmental issues, contributing to the overall goal of maintaining ecological balance and compliance with environmental laws across the state's federal lands.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Remediation and Other Waste Management Services › Remediation Services
Product/Service Code: NATURAL RESOURCES MANAGEMENT › NATURAL RESOURCES - OTHER SVCS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 140L4326QTLE03
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1425 HIGHAM ST, IDAHO FALLS, ID, 83402
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $152,433
Exercised Options: $152,433
Current Obligation: $152,433
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 140L0623D0008
IDV Type: IDC
Timeline
Start Date: 2026-03-05
Current End Date: 2026-04-15
Potential End Date: 2026-04-15 00:00:00
Last Modified: 2026-04-06
More Contracts from North Wind General Contractors LLC
- IRA Funded B-34 Advanced Alloy Signature Center Facility SBA Requirement #LV1705525898S — $36.8M (Department of Energy)
- Repair Barracks B3207 — $13.1M (Department of Defense)
- Construction Addition and Repair Interior, Bldg 47, 328 WPS, Rkmf230064 — $11.8M (Department of Defense)
- Formosa Mine Superfund Site Removal — $4.9M (Department of the Interior)
- Remove Approximately 75 Tons of Soap (detergent) and Petroleum Contaminated Soils AT This Spill Location; Including ANY Plants With Roots That ARE Soaked, Located Near Highway 58 in Barstow, CA — $99.7K (Department of the Interior)
View all North Wind General Contractors LLC federal contracts →
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)