NRC Awards $1.6M Contract to Southwest Research Institute for DOE Waste Determination Technical Assistance
Contract Overview
Contract Amount: $1,603,422 ($1.6M)
Contractor: Southwest Research Institute
Awarding Agency: Nuclear Regulatory Commission
Start Date: 2023-11-01
End Date: 2027-03-29
Contract Duration: 1,244 days
Daily Burn Rate: $1.3K/day
Competition Type: NOT COMPETED
Pricing Type: COST PLUS FIXED FEE
Sector: R&D
Official Description: TECHNICAL ASSISTANCE FOR REVIEW OF THE DOE NON HIGH LEVEL WASTE DETERMINATIONS
Place of Performance
Location: SAN ANTONIO, BEXAR County, TEXAS, 78238
State: Texas Government Spending
Plain-Language Summary
Nuclear Regulatory Commission obligated $1.6 million to SOUTHWEST RESEARCH INSTITUTE for work described as: TECHNICAL ASSISTANCE FOR REVIEW OF THE DOE NON HIGH LEVEL WASTE DETERMINATIONS Key points: 1. Contract focuses on technical assistance for Department of Energy (DOE) non-high-level waste determinations. 2. Southwest Research Institute, a large business, is the sole awardee. 3. The contract is a Cost Plus Fixed Fee type, awarded via a sole-source justification. 4. Spending falls within the Research and Development in Physical, Engineering, and Life Sciences sector.
Value Assessment
Rating: fair
The contract type (Cost Plus Fixed Fee) allows for cost reimbursement plus a fixed fee, which can lead to less price certainty compared to fixed-price contracts. Benchmarking is difficult without specific cost breakdowns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This limits price discovery and potentially reduces competitive pressure to achieve the lowest possible cost for the government.
Taxpayer Impact: The lack of competition may result in a higher cost to taxpayers than if the contract had been competitively bid.
Public Impact
Ensures technical expertise is available for critical DOE waste determination processes. Supports regulatory oversight by the Nuclear Regulatory Commission (NRC). Potential for long-term implications on environmental and safety regulations related to nuclear waste.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition.
- Cost-reimbursable contract type.
- Long contract duration (over 3 years).
Positive Signals
- Addresses a specialized technical need.
- Awarded to a known entity (Southwest Research Institute).
Sector Analysis
This contract falls under the R&D sector, specifically focusing on physical and engineering sciences related to nuclear waste. Spending in this niche area is often driven by regulatory requirements and specialized scientific needs, making direct comparisons to broader R&D benchmarks challenging.
Small Business Impact
The contract was awarded to Southwest Research Institute, a large business. There is no indication of small business participation in this specific award.
Oversight & Accountability
The Nuclear Regulatory Commission is the contracting and administrative agency. Oversight will be crucial to ensure the technical assistance provided is accurate, cost-effective, and meets the stated objectives, especially given the sole-source nature of the award.
Related Government Programs
- Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Nuclear Regulatory Commission Contracting
- Nuclear Regulatory Commission Programs
Risk Flags
- Lack of competition
- Cost-plus contract type
- Potential for cost overruns
- Long-term contract duration
- Specialized technical area requiring deep expertise
Tags
research-and-development-in-the-physical, nuclear-regulatory-commission, tx, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Nuclear Regulatory Commission awarded $1.6 million to SOUTHWEST RESEARCH INSTITUTE. TECHNICAL ASSISTANCE FOR REVIEW OF THE DOE NON HIGH LEVEL WASTE DETERMINATIONS
Who is the contractor on this award?
The obligated recipient is SOUTHWEST RESEARCH INSTITUTE.
Which agency awarded this contract?
Awarding agency: Nuclear Regulatory Commission (Nuclear Regulatory Commission).
What is the total obligated amount?
The obligated amount is $1.6 million.
What is the period of performance?
Start: 2023-11-01. End: 2027-03-29.
What is the justification for the sole-source award, and were alternative competitive approaches considered?
The justification for the sole-source award is not detailed in the provided data. Typically, sole-source awards are made when only one responsible source can provide the required supplies or services. Further investigation into the specific justification document is needed to understand why full and open competition was not feasible and if any limited competition was explored.
How will the Nuclear Regulatory Commission ensure cost control and value for money with a Cost Plus Fixed Fee contract awarded sole-source?
The NRC will need to implement robust oversight mechanisms, including detailed cost monitoring, performance reviews, and potentially establishing target costs or incentives. Regular audits and clear deliverables will be essential to ensure the fixed fee remains justified and that the overall cost to the government is reasonable given the services rendered.
What are the potential long-term implications of this technical assistance on DOE's waste management strategies and regulatory compliance?
The technical assistance provided could significantly influence how DOE classifies and manages non-high-level waste, impacting disposal methods, long-term storage costs, and environmental safety protocols. Effective assistance could lead to more efficient and compliant waste management, while inadequate support might result in regulatory challenges or suboptimal disposal decisions.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Scientific Research and Development Services › Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
Product/Service Code: RESEARCH AND DEVELOPMENT › General Science and Technology R&D Services
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 31310023R0116
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 6220 CULEBRA RD, SAN ANTONIO, TX, 78238
Business Categories: Category Business, Corporate Entity Tax Exempt, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,558,103
Exercised Options: $2,045,934
Current Obligation: $1,603,422
Actual Outlays: $1,073,422
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 31310023D0004
IDV Type: IDC
Timeline
Start Date: 2023-11-01
Current End Date: 2027-03-29
Potential End Date: 2028-03-29 00:00:00
Last Modified: 2026-04-02
More Contracts from Southwest Research Institute
- TAS::80 0120::TAS AS the Principal Investigator (PI) Institution for the Magnetospheric Multiscale (MMS) Instrument Suite Science Team (isst), the Contractor IS Responsible for Leading the Solving Magnetospheric Acceleration Reconnection and Turbulence (smart) Team Through ALL Mission Phases. the Scope of Work Shall Include, BUT NOT BE Limited, to the Following: - Manage the Smart Team Through Phases B Through E of the MMS Mission, - Defining Science Goals and Objectives - Assist the MMS Project and HQ Science Mission Directorate Heliophysics Division in the Preparation of Level 1 Requirements for the MMS Mission - Flow-Down of Top-Level Mission Requirements to the Appropriate Elements of the Instrument Suite - Design, Fabrication, Integration, Calibration, Testing and Delivery of Four Fully Qualified, Flight Instrument Suites to Observatory Integration and Test (I&T) Plus Spares - Design, Development, Integration and Testing of the SOC - Support Observatory-Level I&T Activities - Provide Sustaining Engineering and I&T Support of the Instrument Suites After Delivery to Nasa - Responsibility for the On-Orbit Operation, Health and Safety of the Instrument Suites - Responsibility for Operating and Maintaining the SOC Post-Launch - Establishing and Managing Subcontracts With Instrument Suite Team Members - Establishing and Maintaining the Required International Traffic in Arms Regulations (itar) and Export Control Documentation Necessary for Working With ITS International Team Members - Implementation of an EPO Program for the MMS Mission — $383.4M (National Aeronautics and Space Administration)
- THE National Aeronautics and Space Administration HAS Selected Juno NEW Frontiers Mission Under the Direction of Principal Investigator (PI) DR. Scott Bolton to Continue Development With the Expectation That the Juno Mission Will Enter Phase B in Early Fiscal Year 2006. the Juno Mission Will BE Managed by the Marshall Space Flight Center, NEW Frontiers Program Office. KEY Juno Team Members Include DR. Bolton's Home Institution, the Southwest Research Institute (swri), the Juno Implementation Team Leader JET Propulsion Laboratory (JPL) and the Spacecraft BUS Provider the Lockheed Martin Space Systems Division (lm/Ss). the PI'S Team AT Swri Needs to Begin Work on a Subset of Phase B Activities AS Early in FY06 AS Possible. This SOW Provides a List of Activities That ARE Necessary to Begin Work in FY06 and Their Associated Deliverables. the Juno Mission IS a Collaboration Between Southwest Research Institute (swri), JPL, Lockheed Martin (LM), and a Complementary Team of Universities and Field Centers. the Principal Investigator, DR. Scott Bolton, IS AT Southwest Research Institute (swri) and IS Responsible to Nasa for ALL Aspects of the Mission Including Achieving ALL Scientific Objectives and Mission Goals. JPL Provides the Project Manager WHO Oversees the Day-To-Day Management of the Project and Will Report to the PI. Principal Investigator (PI) DR. Scott Bolton IS Responsible to Nasa for Meeting the Scientific Objectives of the Juno Mission Within Cost and Schedule. AS PI, DR. Bolton HAS Direct Accountability to the Nasa NEW Frontiers Program Office for the Implementation of Juno. ALL Juno Science Co-Is, the Deputy PI and Project Scientist, the Science Investigation Office Manager, the E/PO Effort, the Juno Advisory Board and the PM Report Directly to DR. Bolton. the PI Delegates the Day-To-Day Management of the Project to the Project Manager (PM), Rick Grammier. the Project System Engineer, Payload Manager, Flight System Manager, Mission Manager, Science OPS Center, Business Manager, LM Contract CTM, and Mission Assurance Manager ALL Report Directly to the PM — $184.3M (National Aeronautics and Space Administration)
- NEW Horizon -- Pluto Mission Phase B — $166.9M (National Aeronautics and Space Administration)
- Under This Contract, the Contractor Will Provide the Personnel, Materials, Equipment, and Facilities Necessary to Produce the Polarimeter to Unify the Corona Heliosphere (punch) Phase a Concept Study. the Scope of This Effort Includes, BUT IS NOT Limited TO: 1. Principal Investigator Program Office 2. Instrument System Engineering, Including Instrument Mission Assurance 3. Design of a Flight Qualified Punch Instrument Meeting Mission and Science Requirements 4. Develop Plans in Support of Integration and Test of the Punch Instrument Flight System 5. Develop Plans in Support of Essential Field Operations 6. Develop Plans in Support of Launch Operations and Flight Operations 7. Develop Plans for Lead the Punch Science Investigation AS Well AS the Generation of Resulting Data Products the Contractor Shall Provide a Briefing on the Punch Science and Science Implementation Plan AT the Phase a Site Visit. the Contractor Shall Provide an Organization Chart Defining Contractor Roles and Responsibilities, Reporting Procedures, and ALL Lines of Authority. the Contractor Shall Participate in Defining the Relationships Between the Contractor's Program Office and the Nasa Explorers Program Office. the Contractor Shall Develop a Punch Instrument Systems Requirements Document and a Punch Mission Systems Requirements Document. the Contractor Will Also Develop Detailed Block Diagrams and Technical Descriptions of ALL Instrument Systems. the Contractor Will Conduct In-Depth Instrument-Level Reviews of the Proposed Instrument Design. They Will Conduct Essential Trade Studies, Analyses, Modeling and Simulations to Assure Compliance With Instrument Requirements. the Contractor Will Lead the Science Team and Develop an Instrument-Level Test Plan and Participate in Planning for Integration and Test. the Contractor Shall Prepare a Detailed Instrument Development Schedule Covering ALL Mission Phases, Listing Major Milestones, Including a Defined Critical Path and Schedule Reserves. the Contractor Will Prepare Updated Instrument Budgets AS Well AS Review and Approve the Overall Punch Budget. Finally, the Contractor Shall Prepare and Submit the Concept Study Report — $139.2M (National Aeronautics and Space Administration)
- TAS::80 0120::TAS the Contractor Shall BE Responsible for the Conduct of ALL Phases and Aspects of the Ibex Mission Including: 1) Life-Cycle Project Management; 2) Design, Test, Development, and Operations (payload, Spacecraft, Launch Vehicle, Spacecraft to Launch-Vehicle Interfaces, Launch and Flight Operations); and 3) Post-Operations Data Analysis and Archiving. in Performance of This Effort, the Ibex Team Shall: a. Manage the Project, Provide Cost and Schedule Information to Nasa AS Specified in 3.0 Management, Above. B. Provide Day-To-Day Management and Coordination of the Project AS Delegated by the PI to the Project Manager (PM), Including Monitoring and Reporting Technical Progress and Financial Status, Implementing the Risk Management Plan and Conducting Mission Level Reviews AS Specified in Section 4.3, System Level Reviews. C. Conduct Reviews for ALL Payload Sensors, Payload Support Infrastructure and Associated GSE. D. Perform Scientific Analyses in Support of the Mission Science Requirements. E. Perform Systems Engineering to Coordinate the Design of the Instrument Complement and Spacecraft BUS Components; and to Ensure the Compatibility of the Space-To-Ground and Network Communications. F. Perform Trade Studies to Eliminate and Mitigate Risks G. Deliver the Ibex Flight Segment to Vandenberg AIR Force Base (vafb), Support Integration With the Launch Vehicle, and Assist the Launch Operations; H. Establish the Mission Control Center (MCC) and Ibex Science Operations and Data Analysis Center (isoc) Including ALL Computers, Networks, and Operating Software, Instrument Databases and Procedures Necessary to Functionally Test and Later Control the Spacecraft; I. Hold Science Team Meetings AS Well AS Technical Interchange Meetings. J. Baseline the Science Requirements and Science Analysis Plan Into an Ibex Mission Definition Requirements Agreement (mdra) and the Ibex Data Management Plan. K. Implement an Approved Mission Assurance Plan. L. Implement a Systems Engineering Function to Verify Performance Specification Compliance to the Mission Science Requirements. M. Design, Fabricate, Integrate and Test the Payload, Spacecraft, Solid Rocket Motor and Launch Vehicle Adapter, and Integrate the Ibex Flight Segment With the Launch Vehicle. N. Implement a Safety Program Including the Generation of the Missile System Pre-Launch Safety Package (mspsp). O. Support Launch, Perform On-Orbit Checkout, and Establish On-Orbit Data Acquisition Contact With the Payload. Within the First 30 Days After Launch, Initial Engineering and Science Checkout and Verification of Spacecraft In-Flight Operation Will BE Performed. P. Provide the Services of the MCC and the Isoc. Q. Conduct the E/PO Program in Cooperation With the Identified Team Members — $116.1M (National Aeronautics and Space Administration)
Other Nuclear Regulatory Commission Contracts
- (information Technology Infrastructure Support Services (itiss)) — $208.2M (NTT Data Services Federal Government, LLC)
- Infrastructure Services and Support Contract — $157.8M (CACI NSS, LLC)
- Glinda Sncc BPA Call — $128.2M (Teksynap Corporation)
- Information Technology Infrastructure Support Services (itiss) — $100.7M (NTT Data Services Federal Government, LLC)
- Integrated Source Management Portfolio — $82.3M (Leidos, Inc.)