Hydrogeologic, Inc. awarded $1.07M contract for Superfund site investigation and design by EPA
Contract Overview
Contract Amount: $1,074,170 ($1.1M)
Contractor: Hydrogeologic, Inc.
Awarding Agency: Environmental Protection Agency
Start Date: 2022-09-29
End Date: 2028-09-29
Contract Duration: 2,192 days
Daily Burn Rate: $490/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: NORTH BELMONT SUPERFUND SITE REMEDIAL INVESTIGATION/FEASIBILITY STUDY/REMEDIAL DESIGN (RI/FS/RD)
Place of Performance
Location: ATLANTA, FULTON County, GEORGIA, 30303
State: Georgia Government Spending
Plain-Language Summary
Environmental Protection Agency obligated $1.1 million to HYDROGEOLOGIC, INC. for work described as: NORTH BELMONT SUPERFUND SITE REMEDIAL INVESTIGATION/FEASIBILITY STUDY/REMEDIAL DESIGN (RI/FS/RD) Key points: 1. Contract focuses on critical environmental remediation services for the North Belmont Superfund site. 2. The contract duration of approximately 6 years suggests a complex and long-term environmental challenge. 3. Awarded under full and open competition, indicating a broad market search for qualified contractors. 4. The Cost Plus Fixed Fee (CPFF) pricing structure allows for flexibility but requires careful cost monitoring. 5. This contract aligns with the EPA's ongoing efforts to address hazardous waste sites nationwide. 6. The specific NAICS code (562910) points to specialized remediation and waste management expertise.
Value Assessment
Rating: good
The contract value of $1.07 million for a multi-year Superfund site RI/FS/RD is within a reasonable range for such complex environmental projects. While specific benchmarks for this exact scope are difficult to ascertain without more granular data, the EPA typically engages in competitive bidding for these types of services, suggesting that pricing is subject to market forces. The CPFF structure, while common, necessitates diligent oversight to ensure costs remain controlled and represent good value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, meaning that all responsible sources were permitted to submit a bid. This approach generally fosters a competitive environment, encouraging multiple bidders to offer their best pricing and technical solutions. The fact that it was competed broadly suggests that the EPA sought a wide range of expertise for this critical remediation task.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it typically drives down costs through market pressure and ensures the government receives the most competitive offers available.
Public Impact
The primary beneficiaries are communities impacted by the North Belmont Superfund site, receiving services aimed at environmental cleanup and health protection. The contract will deliver essential Remedial Investigation, Feasibility Study, and Remedial Design services. The geographic impact is localized to the North Belmont Superfund site and its surrounding environment. The contract supports specialized jobs in environmental engineering, hydrogeology, and remediation services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns inherent in Cost Plus Fixed Fee contracts if not rigorously managed.
- Complexity of Superfund site remediation can lead to unforeseen technical challenges and schedule delays.
- Dependence on a single contractor for a multi-year, critical environmental project.
Positive Signals
- Awarded through full and open competition, indicating a robust selection process.
- Contract duration aligns with the typical timeline for complex Superfund site investigations and designs.
- Focus on critical environmental remediation services addresses a significant public health and safety need.
Sector Analysis
The environmental remediation sector is a specialized segment of the broader professional services industry, focused on addressing contamination and hazardous waste. This contract falls within the scope of environmental consulting and engineering services, a market characterized by firms with deep scientific and technical expertise. Spending in this area is driven by regulatory mandates, such as those under CERCLA (Superfund), and is crucial for managing legacy pollution and protecting public health and ecosystems. Comparable spending benchmarks would typically be found within EPA's historical awards for similar RI/FS/RD projects at Superfund sites.
Small Business Impact
The provided data indicates that small business participation (sb) is false and there is no indication of a small business set-aside (ss). This suggests the contract was not specifically targeted towards small businesses. While subcontracting opportunities for small businesses may exist, they are not explicitly mandated or highlighted in this award notice. The primary focus appears to be on securing the most qualified large business contractor for this complex environmental task.
Oversight & Accountability
Oversight for this contract will primarily be managed by the Environmental Protection Agency (EPA), the awarding agency. The EPA has established procurement regulations and contract management procedures to ensure contractor performance and cost control. Given the nature of Superfund sites, oversight may also involve regional EPA offices and potentially the EPA's Office of Inspector General (OIG) for audits and investigations into fraud, waste, and abuse. Transparency is generally maintained through public dockets for Superfund sites and contract award databases.
Related Government Programs
- Superfund Program
- CERCLA Remedial Actions
- Environmental Consulting Services
- Hazardous Waste Site Remediation
Risk Flags
- Potential for scope creep in complex environmental investigations.
- Cost control challenges inherent in CPFF contracts.
- Unforeseen site conditions impacting schedule and budget.
- Regulatory changes affecting remediation requirements.
Tags
environmental-protection-agency, remediation-services, superfund, remedial-investigation, feasibility-study, remedial-design, full-and-open-competition, cost-plus-fixed-fee, georgia, hydrogeologic-inc
Frequently Asked Questions
What is this federal contract paying for?
Environmental Protection Agency awarded $1.1 million to HYDROGEOLOGIC, INC.. NORTH BELMONT SUPERFUND SITE REMEDIAL INVESTIGATION/FEASIBILITY STUDY/REMEDIAL DESIGN (RI/FS/RD)
Who is the contractor on this award?
The obligated recipient is HYDROGEOLOGIC, INC..
Which agency awarded this contract?
Awarding agency: Environmental Protection Agency (Environmental Protection Agency).
What is the total obligated amount?
The obligated amount is $1.1 million.
What is the period of performance?
Start: 2022-09-29. End: 2028-09-29.
What is the historical performance record of Hydrogeologic, Inc. with the EPA on similar environmental contracts?
Assessing Hydrogeologic, Inc.'s historical performance with the EPA requires a review of past contract data, including performance evaluations, any disputes, and timely completion rates. While this specific award is for $1.07 million, understanding their track record on larger or smaller environmental remediation projects, particularly those involving Superfund sites, would provide crucial context. A review of federal procurement databases (like FPDS or USASpending) could reveal previous awards, their value, and any associated performance metrics. Positive past performance on similar complex projects would indicate a lower risk for this current contract, whereas a history of cost overruns or delays might raise concerns about the contractor's ability to manage this project effectively within budget and schedule.
How does the Cost Plus Fixed Fee (CPFF) pricing structure compare to other contract types for Superfund RI/FS/RD projects?
The Cost Plus Fixed Fee (CPFF) structure is common for complex environmental projects like Superfund site investigations and designs where the scope may evolve or unforeseen technical challenges arise. It allows the contractor to be reimbursed for allowable costs plus a predetermined fixed fee representing profit. Compared to Firm-Fixed-Price (FFP) contracts, CPFF offers more flexibility for the government if the scope changes but can lead to higher costs if not managed tightly, as the contractor is incentivized to incur costs to ensure their fee is covered. Cost-reimbursement contracts without a fixed fee can be even riskier for cost control. For well-defined scopes, FFP is often preferred for cost certainty. The choice of CPFF here suggests the EPA anticipated some level of uncertainty in the project's technical requirements or execution.
What are the key performance indicators (KPIs) likely being used to monitor Hydrogeologic, Inc.'s progress on this contract?
Key performance indicators for this contract would likely focus on the timely and accurate completion of specific project milestones within the Remedial Investigation (RI), Feasibility Study (FS), and Remedial Design (RD) phases. For the RI, KPIs might include the timely collection and analysis of environmental samples, accurate characterization of contaminant plumes, and thorough documentation of site conditions. For the FS, KPIs could involve the development and evaluation of a range of viable cleanup alternatives, cost-benefit analyses, and risk assessments. For the RD, KPIs would center on the timely delivery of detailed design plans, specifications, and cost estimates for the selected remedy. Adherence to budget, quality of deliverables, and compliance with regulatory requirements (e.g., EPA guidance) would also be critical KPIs.
What is the typical duration and cost range for similar Superfund RI/FS/RD contracts awarded by the EPA?
Superfund Remedial Investigation/Feasibility Study/Remedial Design (RI/FS/RD) contracts are inherently complex and long-term. Durations can range from 2 to 5 years, and sometimes longer, depending on the site's complexity, the extent of contamination, and the number of alternatives to be evaluated. Contract values can vary significantly, from hundreds of thousands to several million dollars. A $1.07 million contract for a 5-year duration (2192 days) appears to be on the lower to mid-range for a full RI/FS/RD, suggesting perhaps a moderately complex site or a phased approach to the work. Larger, more heavily contaminated sites with extensive investigation requirements could easily exceed $5-10 million and span longer periods.
What are the potential risks associated with the North Belmont Superfund site that this contract aims to address?
The North Belmont Superfund site likely presents risks associated with historical industrial activities, improper waste disposal, or accidental releases of hazardous substances. These risks could include groundwater and soil contamination, potential exposure pathways for nearby residents or ecosystems, and long-term environmental degradation. The RI phase will identify the nature and extent of contamination, the FS will evaluate cleanup options, and the RD will develop the technical plans for the chosen remedy. Addressing these risks is crucial for protecting public health, restoring environmental quality, and mitigating potential long-term liability for the government and responsible parties.
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 › ENVIRONMENTAL SYSTEMS PROTECTION
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 11107 SUNSET HILLS RD STE 400, RESTON, VA, 20190
Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $1,387,034
Exercised Options: $1,227,222
Current Obligation: $1,074,170
Actual Outlays: $419,935
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 68HE0318D0006
IDV Type: IDC
Timeline
Start Date: 2022-09-29
Current End Date: 2028-09-29
Potential End Date: 2028-09-29 00:00:00
Last Modified: 2026-04-09
More Contracts from Hydrogeologic, Inc.
- Racs II Region III Contract — $59.5M (Environmental Protection Agency)
- FY21 Norco HGL — $55.7M (Department of Defense)
- Remediation/Demolition of U.S. Army Combat Capabilities Development Command Chemical Biological Center (ccdc) and U.S. Army Medical Research Institute of Chemical Defense (mricd) Facilities Group 2 Facilities Aberdeen Proving Ground, Maryland — $49.9M (Department of Defense)
- Performance Based Remediation Services — $48.6M (Department of Defense)
- APG Remediation/Demolition Group 1 — $37.3M (Department of Defense)
Other Environmental Protection Agency Contracts
- Remedial Action Contract 2 — $383.3M (CH2M Hill, Inc)
- A&E Services — $309.2M (Sultrac, JV)
- Federal Contract — $181.4M (Weston Solutions Inc)
- Central Data Exchange (CDX) Support Services — $160.9M (CGI Federal Inc.)
- This Remedial Action Contract 2 Full Service (RAC 2 FS) for Epa's Region 8 Provides Professional Architect/Engineer, Technical, and Management Services to Support Remedial Response, Enforcement Oversight and Non-Time Critical Removal Activities Under Cercla, AS Amended by Sara; and the Robert T. Stafford Disaster Relief and Emergency Assistance ACT Pursuant to the Federal Response Plan (FRP) and Other Laws to Help Address And/Or Mitigate Endangerment to the Public Health, Welfare or Environment, and to Support States and Communities in Preparing for Responses to Releases of Hazardous Substances, AS Well AS Counter-Terrorism — $145.9M (CDM Federal Programs Corporation)