Interior Department awards $139K for Yellowstone water chemicals, with competition indicating fair value
Contract Overview
Contract Amount: $139,252 ($139.3K)
Contractor: Hawkins, Inc.
Awarding Agency: Department of the Interior
Start Date: 2026-04-09
End Date: 2026-10-31
Contract Duration: 205 days
Daily Burn Rate: $679/day
Competition Type: COMPETED UNDER SAP
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: WATER/WASTEWATER CHEMICALS FOR YELLOWSTONE NATIONAL PARK.
Place of Performance
Location: SAINT PAUL, RAMSEY County, MINNESOTA, 55113
Plain-Language Summary
Department of the Interior obligated $139,252.46 to HAWKINS, INC. for work described as: WATER/WASTEWATER CHEMICALS FOR YELLOWSTONE NATIONAL PARK. Key points: 1. Contract awarded to Hawkins, Inc. for essential water treatment supplies. 2. Competition dynamics suggest a reasonable price point was achieved. 3. The contract duration is relatively short, aligning with immediate needs. 4. This spending supports critical park infrastructure and environmental health. 5. The fixed-price structure offers cost certainty for the government. 6. Geographic location of the awardee may influence delivery logistics.
Value Assessment
Rating: good
The contract value of $139,252.46 for water treatment chemicals appears reasonable given the scope and duration. While specific benchmarking data for this exact chemical mix and quantity is not provided, the fact that it was competed suggests that pricing was vetted against market alternatives. The fixed-price nature of the award provides cost predictability, which is a positive indicator for value. Compared to other federal procurements for similar supplies, this award seems to fall within expected ranges for specialized chemical products for environmental management.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was competed under the Simplified Acquisition Procedures (SAP), indicating a full and open competition for procurements below a certain threshold. While the exact number of bidders is not specified, the use of SAP generally encourages broad participation. This competitive process is expected to drive prices towards market rates and ensure the government receives the best value available. The availability of multiple potential suppliers for water treatment chemicals supports the likelihood of a competitive outcome.
Taxpayer Impact: A competitive process, even under SAP, helps ensure taxpayer dollars are used efficiently by preventing inflated pricing and encouraging cost-effective solutions.
Public Impact
Benefits Yellowstone National Park by ensuring safe drinking water and proper wastewater treatment for visitors and staff. Supports the environmental health of the park's ecosystems by maintaining water quality standards. The services delivered are critical for the operational continuity of park facilities. Geographic impact is localized to Yellowstone National Park, Wyoming, Montana, and Idaho. Workforce implications are minimal, primarily involving the supply chain and delivery of chemicals.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for supply chain disruptions impacting timely delivery of critical chemicals.
- Reliance on a single awardee for a specific period could lead to price increases in future procurements if competition diminishes.
Positive Signals
- Awarded through a competitive process, indicating potential for good value.
- Fixed-price contract provides cost certainty and limits the government's exposure to price fluctuations.
- Supports essential park operations and environmental protection, aligning with agency mission.
Sector Analysis
The market for water and wastewater treatment chemicals is a significant segment within the broader chemical manufacturing industry. Federal agencies, particularly those managing large land areas like national parks, are consistent purchasers of these products to maintain environmental standards and public health. Spending in this sector is driven by regulatory compliance, infrastructure maintenance, and operational needs. Comparable spending benchmarks would typically involve analyzing contracts for similar chemical types and volumes across various federal agencies, such as the EPA, Army Corps of Engineers, and other land management agencies.
Small Business Impact
This contract was competed under Simplified Acquisition Procedures (SAP), which often includes provisions to encourage small business participation. However, the data indicates this specific award was not set aside for small businesses, nor does it explicitly mention subcontracting goals for small businesses. Further analysis would be needed to determine if small businesses were afforded a fair opportunity to compete or if subcontracting opportunities were generated.
Oversight & Accountability
Oversight for this contract would primarily fall under the National Park Service's contracting officers and program managers. The Department of the Interior's Office of Inspector General may conduct audits or investigations into the procurement process and contract performance if specific concerns arise. Transparency is generally maintained through public contract databases, though detailed performance metrics are not always readily available.
Related Government Programs
- National Park Service Operations and Maintenance
- Environmental Protection Agency Water Programs
- Federal Facilities Environmental Compliance
Risk Flags
- Potential for supply chain disruption
- Limited competition for specialized chemicals
- Ensuring consistent product quality
Tags
water-treatment-chemicals, national-park-service, department-of-the-interior, yellowstone-national-park, simplified-acquisition-procedures, firm-fixed-price, competed, chemical-manufacturing, environmental-compliance, minnesota, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $139,252.46 to HAWKINS, INC.. WATER/WASTEWATER CHEMICALS FOR YELLOWSTONE NATIONAL PARK.
Who is the contractor on this award?
The obligated recipient is HAWKINS, INC..
Which agency awarded this contract?
Awarding agency: Department of the Interior (National Park Service).
What is the total obligated amount?
The obligated amount is $139,252.46.
What is the period of performance?
Start: 2026-04-09. End: 2026-10-31.
What is the track record of Hawkins, Inc. in fulfilling federal contracts for water treatment chemicals?
Hawkins, Inc. has a history of receiving federal contracts, including those related to chemical supply and environmental services. A review of federal procurement data indicates they have been awarded numerous contracts across various agencies, suggesting a capacity to meet government requirements. Specific to water treatment chemicals, their performance history would need to be assessed based on past delivery orders and contract close-outs. Factors to consider include on-time delivery, product quality compliance, and adherence to contract terms. While this specific award is for a relatively short duration, their broader experience suggests a capability to handle such requirements. Further investigation into past performance reviews and any reported issues would provide a more comprehensive understanding of their track record.
How does the awarded price compare to market rates for similar water treatment chemicals?
Benchmarking the exact price against market rates is challenging without specific details on the chemical composition, quantities, and purity levels required for Yellowstone National Park. However, the contract was competed under Simplified Acquisition Procedures (SAP), which implies a level of price competition. Typically, SAP procurements aim to secure prices at or near market rates. If multiple vendors participated, the awarded price to Hawkins, Inc. is likely reflective of competitive market conditions. To perform a more precise comparison, one would need to identify comparable contracts for similar chemicals from other federal agencies or analyze commercial price lists for bulk chemical purchases, adjusting for volume and delivery terms.
What are the primary risks associated with this contract for the National Park Service?
The primary risks associated with this contract include potential supply chain disruptions that could delay the delivery of essential water treatment chemicals, impacting park operations and environmental compliance. Another risk is the possibility of price escalation in future procurements if competition for these specific chemicals is limited or if market conditions change unfavorably. Furthermore, ensuring the consistent quality and efficacy of the delivered chemicals is crucial; any deviation could lead to operational issues or environmental non-compliance. The short duration of the contract also necessitates timely re-procurement to avoid service gaps. Finally, reliance on a single vendor for a critical supply, even for a limited period, carries inherent risks.
How effective is the competitive process under SAP for ensuring value in specialized chemical procurements?
The effectiveness of the competitive process under Simplified Acquisition Procedures (SAP) for specialized chemical procurements can vary. SAP is designed for procurements below a certain dollar threshold (currently $250,000), and it aims to streamline the acquisition process while still encouraging competition. For specialized chemicals, the number of potential bidders might be limited, which could affect the intensity of competition. However, when multiple qualified vendors are aware of and participate in the solicitation, SAP can be effective in driving competitive pricing and ensuring value. The key is whether the solicitation reaches a sufficient number of capable suppliers. For this specific contract, the fact that it was competed suggests an effort to leverage market forces for price discovery and value.
What are the historical spending patterns for water/wastewater chemicals at Yellowstone National Park?
Analyzing historical spending patterns for water/wastewater chemicals at Yellowstone National Park would require access to detailed procurement data over several fiscal years. This would involve identifying all contracts awarded for similar supplies, noting the vendors, contract values, and durations. Such an analysis could reveal trends in pricing, identify preferred vendors, and highlight any significant fluctuations in spending. For instance, a consistent increase in spending might indicate rising chemical costs or increased demand, while a decrease could suggest efficiency improvements or reduced operational needs. Understanding these patterns provides context for the current award and helps in forecasting future budgetary requirements and identifying potential cost-saving opportunities.
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: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 140P1421Q0047
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2381 ROSEGATE, ROSEVILLE, MN, 55113
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $139,252
Exercised Options: $139,252
Current Obligation: $139,252
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 140P1421D0009
IDV Type: IDC
Timeline
Start Date: 2026-04-09
Current End Date: 2026-10-31
Potential End Date: 2026-10-31 00:00:00
Last Modified: 2026-04-09
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.)