GSA Awards $2.2M for Environmental Services at Creech AFB, Nellis AFB, NTTR Nevada to Oneida Total Integrated Enterprises LLC

Contract Overview

Contract Amount: $2,239,303 ($2.2M)

Contractor: Oneida Total Integrated Enterprises LLC

Awarding Agency: General Services Administration

Start Date: 2026-03-13

End Date: 2027-04-11

Contract Duration: 394 days

Daily Burn Rate: $5.7K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 3

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: F2F ENVIRONMENTAL SERVICES AT CREECH NELLIS AFB NTTR NEVADA

Place of Performance

Location: NELLIS AFB, CLARK County, NEVADA, 89191

State: Nevada Government Spending

Plain-Language Summary

General Services Administration obligated $2.2 million to ONEIDA TOTAL INTEGRATED ENTERPRISES LLC for work described as: F2F ENVIRONMENTAL SERVICES AT CREECH NELLIS AFB NTTR NEVADA Key points: 1. Contract awarded to Oneida Total Integrated Enterprises LLC for environmental remediation services. 2. The contract was awarded under full and open competition. 3. Services are for Creech AFB, Nellis AFB, and NTTR in Nevada. 4. The contract duration is approximately 13 months. 5. This award represents a small portion of the overall federal spending in the remediation services sector.

Value Assessment

Rating: good

The contract value of $2.2M for a 13-month period appears reasonable for specialized environmental remediation services. Benchmarking against similar contracts for base cleanup and hazardous material removal would provide a more precise assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded through full and open competition, suggesting a robust price discovery process. This method typically leads to competitive pricing as multiple qualified vendors had the opportunity to bid.

Taxpayer Impact: The competitive nature of this award is likely to ensure taxpayer funds are used efficiently for essential environmental services.

Public Impact

Ensures environmental compliance and safety at key military installations. Supports the operational readiness of Creech AFB, Nellis AFB, and NTTR. Addresses potential environmental hazards and remediation needs. Provides specialized services critical for military base operations.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The environmental remediation services sector is crucial for government operations, particularly for military bases requiring hazardous material management and site cleanup. Federal spending in this area is driven by regulatory compliance and infrastructure maintenance needs.

Small Business Impact

While the contract was awarded under full and open competition, there is no specific indication of small business set-asides or participation. Further analysis would be needed to determine if small businesses were involved as prime contractors or subcontractors.

Oversight & Accountability

The General Services Administration (GSA) is responsible for overseeing this contract. Robust oversight will be necessary, especially given the Time and Materials contract type, to ensure cost control and adherence to scope.

Related Government Programs

Risk Flags

Tags

remediation-services, general-services-administration, nv, bpa-call, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $2.2 million to ONEIDA TOTAL INTEGRATED ENTERPRISES LLC. F2F ENVIRONMENTAL SERVICES AT CREECH NELLIS AFB NTTR NEVADA

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 $2.2 million.

What is the period of performance?

Start: 2026-03-13. End: 2027-04-11.

What is the historical performance of Oneida Total Integrated Enterprises LLC on similar environmental remediation contracts?

Assessing Oneida Total Integrated Enterprises LLC's past performance on comparable environmental remediation projects is crucial. Reviewing their track record for on-time delivery, budget adherence, quality of work, and safety compliance provides insight into their capability to successfully execute this contract. Positive past performance suggests a lower risk of execution issues and better value for the government.

How does the Time and Materials pricing structure compare to fixed-price or cost-plus-fixed-fee contracts for similar environmental services?

Time and Materials (T&M) contracts offer flexibility but carry higher risk for cost overruns compared to fixed-price or cost-plus-fixed-fee (CPFF) arrangements. While T&M can be suitable for undefined scopes, CPFF or fixed-price contracts often provide better cost certainty and incentivize contractor efficiency for well-defined remediation tasks. The government must implement stringent monitoring and controls for T&M to mitigate potential cost escalations.

What specific environmental remediation tasks are included in this contract, and what are the key performance indicators?

Understanding the specific remediation tasks, such as hazardous waste disposal, site cleanup, or pollution control, is vital. Key performance indicators (KPIs) should be established to measure the effectiveness of these services, including compliance with environmental regulations, reduction in contaminant levels, project completion timelines, and safety incident rates. Clear KPIs ensure accountability and measurable outcomes for taxpayer investment.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesRemediation and Other Waste Management ServicesRemediation Services

Product/Service Code: NATURAL RESOURCES MANAGEMENTENVIRONMENTAL SYSTEMS PROTECTION

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 47QFWA25Q0006

Offers Received: 3

Pricing Type: TIME AND MATERIALS (Y)

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: $11,346,282

Exercised Options: $2,239,303

Current Obligation: $2,239,303

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47QFWA24A0002

IDV Type: BPA

Timeline

Start Date: 2026-03-13

Current End Date: 2027-04-11

Potential End Date: 2031-04-11 00:00:00

Last Modified: 2026-04-08

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