EPA awards $2M task order for ER mobilization under START 5 contract

Contract Overview

Contract Amount: $2,003,028 ($2.0M)

Contractor: Weston Solutions Inc

Awarding Agency: Environmental Protection Agency

Start Date: 2019-07-26

End Date: 2026-07-21

Contract Duration: 2,552 days

Daily Burn Rate: $785/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: NEW TASK ORDER $500K FOR THE ER MOBILIZATION ON THE START 5 CONTRACT #68HE0919D0002. INTERNAL TO #D0002-003. SSID: 09ZZ

Place of Performance

Location: SAN FRANCISCO, SAN FRANCISCO County, CALIFORNIA, 94105

State: California Government Spending

Plain-Language Summary

Environmental Protection Agency obligated $2.0 million to WESTON SOLUTIONS INC for work described as: NEW TASK ORDER $500K FOR THE ER MOBILIZATION ON THE START 5 CONTRACT #68HE0919D0002. INTERNAL TO #D0002-003. SSID: 09ZZ Key points: 1. This task order represents a significant portion of the total contract value, indicating a substantial need for emergency response services. 2. The contract was awarded through full and open competition, suggesting a competitive bidding process. 3. The time and materials pricing structure may present cost control challenges if not closely managed. 4. The duration of the task order extends over several years, implying ongoing or long-term emergency response needs. 5. The contractor, Weston Solutions Inc., has a track record with the EPA, suggesting familiarity with agency requirements. 6. The task order is internal to a larger contract (START 5), indicating it's part of a broader service agreement.

Value Assessment

Rating: good

The $2 million task order for emergency response mobilization appears reasonable given the scope and duration. Benchmarking against similar EPA emergency response contracts would provide a clearer picture of value for money. The time and materials (T&M) pricing model, while flexible, necessitates robust oversight to ensure costs remain within expected parameters and do not escalate due to inefficiencies or scope creep. Without specific details on the services rendered, a precise value assessment is challenging, but the amount aligns with typical mobilization costs for significant environmental incidents.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple bidders had the opportunity to submit proposals. This approach generally fosters a competitive environment, which can lead to better pricing and service offerings for the government. The specific number of bidders is not provided, but the 'full and open' designation suggests a robust competition was intended and likely achieved.

Taxpayer Impact: Taxpayers benefit from a competitive process that aims to secure the best value for funds expended on critical emergency response services.

Public Impact

The Environmental Protection Agency (EPA) benefits from having a pre-vetted contractor ready for emergency response mobilization. The services delivered are critical for addressing environmental emergencies, potentially mitigating further damage and public health risks. The geographic impact is focused on California, as indicated by the 'ST: CA' designation, suggesting response efforts will be concentrated there. Workforce implications include the potential deployment of specialized personnel for emergency response activities.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Environmental Consulting Services sector (NAICS 541620). This sector is crucial for government agencies like the EPA, providing expertise in environmental assessment, remediation, and emergency response. The market for such services is substantial, driven by regulatory compliance and the need for specialized technical support. Comparable spending benchmarks would involve analyzing other EPA contracts for similar emergency response mobilization efforts or environmental consulting services.

Small Business Impact

The provided data indicates that small business participation (SB: false) and set-asides (SS: false) were not applicable to this specific task order. This suggests the primary contract vehicle may not have had specific small business goals for this particular award, or that the competition was open to all qualified large businesses. Further analysis of the parent START 5 contract would be needed to understand the overall small business subcontracting strategy.

Oversight & Accountability

Oversight for this task order would primarily fall under the EPA's contracting and program management offices, likely leveraging the existing oversight mechanisms of the parent START 5 contract. Accountability measures would be tied to the performance requirements outlined in the task order and the T&M billing, requiring diligent review of invoices and work performed. Transparency is facilitated by the contract award process being public, though detailed performance data may be less accessible.

Related Government Programs

Risk Flags

Tags

environmental-protection, emergency-response, environmental-consulting-services, epa, california, delivery-order, time-and-materials, full-and-open-competition, weston-solutions-inc, start-5-contract

Frequently Asked Questions

What is this federal contract paying for?

Environmental Protection Agency awarded $2.0 million to WESTON SOLUTIONS INC. NEW TASK ORDER $500K FOR THE ER MOBILIZATION ON THE START 5 CONTRACT #68HE0919D0002. INTERNAL TO #D0002-003. SSID: 09ZZ

Who is the contractor on this award?

The obligated recipient is WESTON SOLUTIONS INC.

Which agency awarded this contract?

Awarding agency: Environmental Protection Agency (Environmental Protection Agency).

What is the total obligated amount?

The obligated amount is $2.0 million.

What is the period of performance?

Start: 2019-07-26. End: 2026-07-21.

What is the track record of Weston Solutions Inc. with the EPA on similar emergency response contracts?

Weston Solutions Inc. has a history of working with the Environmental Protection Agency (EPA) on various environmental services, including remediation and emergency response. The provided data indicates this task order is part of the START 5 contract, suggesting an ongoing relationship. To fully assess their track record, a review of past performance evaluations, any past disputes or corrective actions, and the successful completion of previous EPA emergency response task orders would be necessary. Their familiarity with EPA procedures and requirements, as evidenced by their continued selection for such contracts, generally implies a satisfactory performance history, though specific details on project outcomes and client satisfaction would provide a more comprehensive view.

How does the $2 million task order value compare to typical EPA emergency response mobilization costs?

The $2 million value for an emergency response mobilization task order is within a reasonable range for significant environmental incidents requiring rapid deployment of resources and personnel. However, a precise comparison requires understanding the specific nature of the emergency, the geographic scope, the duration of mobilization, and the types of services required. EPA contracts for emergency response can vary widely in cost. For instance, a large-scale chemical spill cleanup might necessitate a higher mobilization cost than a smaller, localized contamination event. Benchmarking against other EPA task orders under similar 'START' (Superfund Technical Assistance and Response Team) contracts or other emergency response vehicles would provide a more accurate assessment of whether this $2 million represents a competitive and value-driven expenditure.

What are the primary risks associated with the Time and Materials (T&M) pricing structure for this task order?

The primary risk associated with a Time and Materials (T&M) pricing structure for this emergency response mobilization task order is the potential for cost escalation if not rigorously managed. Unlike fixed-price contracts, T&M contracts pay the contractor for the actual labor hours and material costs incurred. This can lead to higher overall costs for the government if the contractor is inefficient, if the scope of work expands without proper controls, or if there is a lack of detailed oversight on timekeeping and resource allocation. For emergency response, where timelines can be compressed and unforeseen issues arise, the flexibility of T&M is often necessary, but it places a significant burden on the EPA to closely monitor all expenditures, validate invoices, and ensure that the effort expended is reasonable and necessary for the task at hand.

How effective is the 'full and open competition' approach in ensuring value for this type of emergency response contract?

The 'full and open competition' approach is generally considered the most effective method for ensuring value in federal contracting, including for emergency response services. By allowing all responsible sources to submit bids, it maximizes the pool of potential contractors, thereby increasing the likelihood of receiving competitive pricing and innovative solutions. For emergency response, this means the EPA can select a contractor not only based on cost but also on their demonstrated capability, experience, and readiness to deploy. While the specific number of bidders isn't detailed here, the process itself promotes price discovery and encourages contractors to offer their best terms. The effectiveness is further realized when coupled with a well-defined statement of work and robust evaluation criteria.

What are the implications of the task order's duration (ending 2026) for ongoing EPA needs?

The task order's duration, extending to July 2026, suggests that the EPA anticipates a sustained need for emergency response mobilization capabilities in California beyond the immediate incident. This could indicate a proactive strategy to ensure readiness for potential future environmental emergencies or the ongoing management of specific long-term response efforts. Such extended durations can provide contractors with a degree of certainty, potentially leading to more stable pricing and resource allocation. However, it also necessitates continuous oversight from the EPA to ensure that the services remain relevant, cost-effective, and aligned with evolving agency priorities throughout the contract period.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesEnvironmental Consulting Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Parent Company: Weston Solutions Holdings Inc

Address: 1400 WESTON WAY, WEST CHESTER, PA, 19380

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $2,003,028

Exercised Options: $2,003,028

Current Obligation: $2,003,028

Actual Outlays: $997,148

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $6,627

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: 68HE0919D0002

IDV Type: IDC

Timeline

Start Date: 2019-07-26

Current End Date: 2026-07-21

Potential End Date: 2026-07-21 00:00:00

Last Modified: 2026-03-06

More Contracts from Weston Solutions Inc

View all Weston Solutions Inc federal contracts →

Other Environmental Protection Agency Contracts

View all Environmental Protection Agency contracts →

Explore Related Government Spending