GSA awards $4.6M environmental services BPA call to Oneida Total Integrated Enterprises LLC for Vandenberg AFB

Contract Overview

Contract Amount: $4,638,033 ($4.6M)

Contractor: Oneida Total Integrated Enterprises LLC

Awarding Agency: General Services Administration

Start Date: 2024-06-19

End Date: 2026-06-18

Contract Duration: 729 days

Daily Burn Rate: $6.4K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: FENCE TO FENCE F2F ENVIRONMENTAL SERVICES SUPPORT AT VANDENBERG AFB CA

Place of Performance

Location: SAN ANTONIO, BEXAR County, TEXAS, 78235

State: Texas Government Spending

Plain-Language Summary

General Services Administration obligated $4.6 million to ONEIDA TOTAL INTEGRATED ENTERPRISES LLC for work described as: FENCE TO FENCE F2F ENVIRONMENTAL SERVICES SUPPORT AT VANDENBERG AFB CA Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract is a Firm Fixed Price (FFP) type, which shifts cost risk to the contractor. 3. The duration of 729 days (2 years) provides a stable period for environmental services. 4. The award is a BPA Call against an existing Blanket Purchase Agreement, indicating a streamlined procurement. 5. The contractor, Oneida Total Integrated Enterprises LLC, has secured this award, suggesting capability. 6. The services are for environmental support at Vandenberg AFB, a critical military installation.

Value Assessment

Rating: good

The contract value of $4.6 million over two years for environmental services at a major Air Force base appears reasonable. Benchmarking against similar environmental support contracts at other military installations would provide a more precise value-for-money assessment. The FFP contract type is generally favorable for the government in managing cost certainty. Without specific details on the scope of services, a direct comparison of per-unit costs is challenging, but the overall award size is within expected ranges for this type of support.

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 presence of two bids suggests a moderate level of competition for this specific BPA call. While two bidders participated, the extent of the competition and the number of potential bidders who chose not to bid are unknown. A higher number of bids typically leads to more competitive pricing.

Taxpayer Impact: Full and open competition is generally beneficial for taxpayers as it encourages multiple companies to offer their best pricing and services, potentially leading to cost savings.

Public Impact

The primary beneficiary is the U.S. Air Force at Vandenberg AFB, receiving essential environmental services. Services include remediation and other environmental support critical for base operations and compliance. The geographic impact is localized to Vandenberg AFB, California. The contract supports the environmental services sector workforce, potentially including specialized technicians and project managers.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Environmental Remediation Services sector, a significant segment of the government contracting market. This sector supports federal agencies in managing environmental compliance, cleanup, and ongoing support services. Spending in this area is driven by regulatory requirements and the need to maintain federal facilities. Comparable spending benchmarks would involve analyzing other environmental support contracts awarded to federal agencies, particularly within the Department of Defense.

Small Business Impact

The 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. The primary contractor, Oneida Total Integrated Enterprises LLC, is not explicitly identified as a small business in the provided data. Analysis of their size status and any potential subcontracting plans would be necessary to assess the impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract would primarily fall under the General Services Administration (GSA), specifically the Federal Acquisition Service which awarded the BPA call. The contract type (Firm Fixed Price) and the nature of environmental services suggest performance monitoring and quality assurance will be key oversight mechanisms. Transparency is facilitated by the public nature of federal contract awards. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

environmental-services, remediation-services, vandenberg-afb, general-services-administration, federal-acquisition-service, bpa-call, firm-fixed-price, full-and-open-competition, defense, california, medium-value

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $4.6 million to ONEIDA TOTAL INTEGRATED ENTERPRISES LLC. FENCE TO FENCE F2F ENVIRONMENTAL SERVICES SUPPORT AT VANDENBERG AFB CA

Who is the contractor on this award?

The obligated recipient is ONEIDA TOTAL INTEGRATED ENTERPRISES LLC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $4.6 million.

What is the period of performance?

Start: 2024-06-19. End: 2026-06-18.

What is the specific scope of 'Fence to Fence F2F Environmental Services Support' and what are the key performance metrics?

The provided data abbreviates the service as 'FENCE TO FENCE F2F ENVIRONMENTAL SERVICES SUPPORT'. This typically encompasses a broad range of environmental management activities required to maintain a facility's environmental compliance and operational integrity. Services could include hazardous waste management, spill response, site assessments, pollution prevention, asbestos abatement, lead-based paint management, and general environmental consulting. Key performance metrics would likely focus on response times for environmental incidents, compliance with regulatory standards (e.g., EPA, state regulations), successful completion of remediation projects within defined timelines and budgets, proper documentation and reporting, and overall client satisfaction from Vandenberg AFB personnel. Without the full contract statement of work, these are inferred based on industry standards for such support at military installations.

How does the $4.6 million award compare to historical spending on similar environmental services at Vandenberg AFB or comparable bases?

Direct historical spending comparisons for this specific 'Fence to Fence' environmental service at Vandenberg AFB are not available in the provided data. However, the $4.6 million award over two years ($2.3 million annually) for comprehensive environmental support at a major Air Force base is generally within the expected range for such services. Similar installations often contract for environmental management services in the low to mid-single-digit millions annually, depending on the size of the base, its environmental history, and the scope of services required. For instance, large bases with extensive remediation needs or complex industrial operations might see higher annual spending. This award appears to be a moderate investment for ensuring environmental compliance and safety at Vandenberg AFB.

What is the track record of Oneida Total Integrated Enterprises LLC in providing environmental services to the federal government?

The provided data indicates that Oneida Total Integrated Enterprises LLC (OTIE) is the contractor for this $4.6 million BPA call. While the data confirms OTIE's award, it does not detail their specific track record. A comprehensive assessment would require reviewing their past performance on federal contracts, including client feedback, past performance evaluations (e.g., CPARS), and any history of contract disputes or awards. OTIE is known to provide a range of environmental, engineering, and construction services to government agencies. Their ability to secure this BPA call suggests they have met GSA's requirements and possess relevant experience, but a deeper dive into their contract history would be needed for a full evaluation of their capabilities and reliability.

What are the potential risks associated with this contract, and what mitigation strategies are in place?

Potential risks include scope creep, where the services required expand beyond the initial agreement, potentially increasing costs if not managed under the Firm Fixed Price (FFP) structure. Performance issues, such as delays or substandard quality in environmental remediation or support, could impact base operations and compliance. Contractor viability is another risk; if OTIE faces financial or operational difficulties, it could disrupt essential services. Mitigation strategies typically involve robust contract management by GSA and Vandenberg AFB personnel, clear definition of the scope of work in the BPA call, regular performance reviews, and adherence to the FFP terms which place cost risk on the contractor. The existence of two bids suggests some level of market validation, but ongoing monitoring is crucial.

How does the 'BPA CALL' award mechanism affect the overall cost and efficiency compared to a traditional contract?

Awarding this as a BPA Call against an existing Blanket Purchase Agreement (BPA) generally enhances efficiency and can lead to cost savings compared to a new, standalone contract. BPAs are pre-negotiated agreements that streamline the procurement process for recurring needs. A BPA Call leverages the established terms and conditions of the parent BPA, reducing administrative burden, shortening lead times for task orders, and potentially offering better pricing due to pre-negotiated rates. This mechanism is designed for efficiency when an agency anticipates repetitive needs for supplies or services. For taxpayers, this means less overhead in the procurement process and potentially faster delivery of necessary environmental services.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesRemediation and Other Waste Management ServicesRemediation 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: 47QFWA24Q0007

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1033 N MAYFAIR RD STE 200, MILWAUKEE, WI, 53226

Business Categories: American Indian Owned Business, Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $14,302,122

Exercised Options: $5,540,573

Current Obligation: $4,638,033

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QFWA24A0002

IDV Type: BPA

Timeline

Start Date: 2024-06-19

Current End Date: 2026-06-18

Potential End Date: 2029-06-18 00:00:00

Last Modified: 2026-01-23

More Contracts from Oneida Total Integrated Enterprises LLC

View all Oneida Total Integrated Enterprises LLC federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending