Feasibility study for Moses Point awarded to AHTNA SOLUTIONS, LLC for $2.53M, highlighting remediation services

Contract Overview

Contract Amount: $2,532,050 ($2.5M)

Contractor: Ahtna Solutions, LLC

Awarding Agency: Department of Transportation

Start Date: 2024-06-21

End Date: 2026-03-31

Contract Duration: 648 days

Daily Burn Rate: $3.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: MOSES POINT FEASIBILITY STUDY PER ACCEPTED PROPOSAL.

Place of Performance

Location: ELIM, NOME County, ALASKA, 99739

State: Alaska Government Spending

Plain-Language Summary

Department of Transportation obligated $2.5 million to AHTNA SOLUTIONS, LLC for work described as: MOSES POINT FEASIBILITY STUDY PER ACCEPTED PROPOSAL. Key points: 1. The contract value of $2.53 million for a feasibility study appears reasonable given the scope of remediation services. 2. Full and open competition was utilized, suggesting a competitive bidding process that should drive value. 3. The contract duration of 648 days allows ample time for a thorough feasibility assessment. 4. The fixed-price contract type shifts risk to the contractor, potentially benefiting the government. 5. This contract supports infrastructure development and environmental assessment in Alaska. 6. The award to AHTNA SOLUTIONS, LLC, a known entity, provides some level of performance predictability.

Value Assessment

Rating: good

The contract value of $2.53 million for a feasibility study is within a typical range for such specialized environmental and engineering assessments. Benchmarking against similar studies for infrastructure projects in remote or environmentally sensitive areas would provide further context, but the price does not immediately appear excessive. The firm-fixed-price structure is advantageous as it caps the government's financial exposure.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while sources were initially excluded, the final award was made through a broad competitive process. The presence of two bidders suggests a moderate level of competition. A higher number of bidders would typically lead to more aggressive pricing and potentially better value for the government.

Taxpayer Impact: The competitive nature of this award, even with two bidders, is beneficial for taxpayers as it likely resulted in a more cost-effective proposal compared to a sole-source or limited competition scenario.

Public Impact

The primary beneficiaries are the Department of Transportation and the Federal Aviation Administration, who will receive the feasibility study results. The study will assess the feasibility of a project at Moses Point, likely related to infrastructure or environmental remediation. The geographic impact is concentrated in Alaska (AK), specifically the region of Moses Point. The contract supports specialized technical services, potentially involving engineers, environmental scientists, and project managers.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically focusing on environmental consulting and feasibility studies. The market for such services is driven by government infrastructure projects, environmental regulations, and development initiatives. Comparable spending benchmarks would involve looking at other feasibility studies for transportation or environmental projects, which can vary significantly based on complexity and location.

Small Business Impact

The contract was awarded under full and open competition and does not indicate any specific small business set-aside. AHTNA SOLUTIONS, LLC is the prime contractor. There is no explicit information provided regarding subcontracting plans or their impact on the small business ecosystem for this specific award.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and program officials within the Federal Aviation Administration. Accountability measures are inherent in the firm-fixed-price contract, requiring the contractor to deliver the study as specified. Transparency is facilitated by the contract award data being publicly available. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

feasibility-study, remediation-services, department-of-transportation, federal-aviation-administration, alaska, firm-fixed-price, full-and-open-competition, professional-scientific-technical-services, infrastructure, environmental-assessment

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $2.5 million to AHTNA SOLUTIONS, LLC. MOSES POINT FEASIBILITY STUDY PER ACCEPTED PROPOSAL.

Who is the contractor on this award?

The obligated recipient is AHTNA SOLUTIONS, LLC.

Which agency awarded this contract?

Awarding agency: Department of Transportation (Federal Aviation Administration).

What is the total obligated amount?

The obligated amount is $2.5 million.

What is the period of performance?

Start: 2024-06-21. End: 2026-03-31.

What is the specific scope of the Moses Point feasibility study?

The provided data indicates the contract is for a 'MOSES POINT FEASIBILITY STUDY PER ACCEPTED PROPOSAL.' While the exact scope is not detailed, feasibility studies typically involve assessing the viability of a proposed project, including technical, economic, environmental, and operational considerations. For Moses Point, this could relate to airport infrastructure, environmental remediation, or other development projects. A more detailed scope would be found in the Statement of Work (SOW) attached to the contract.

How does the $2.53 million contract value compare to similar feasibility studies?

Benchmarking the $2.53 million value requires comparing it to similar feasibility studies for projects of comparable complexity, scale, and geographic location. Studies for remote or environmentally sensitive areas, like Alaska, often incur higher costs due to logistical challenges and specialized expertise required. Without specific data on comparable contracts, it's difficult to definitively state if this is high or low. However, for a comprehensive study involving potential remediation and infrastructure assessment, this figure is not inherently unreasonable.

What are the key risks associated with this contract?

Key risks include potential inaccuracies or incompleteness in the feasibility study, which could lead to poor decision-making on the Moses Point project. Schedule delays are also a risk, particularly given the potential remoteness of the location and the complexity of environmental assessments. Cost overruns are mitigated by the firm-fixed-price structure, but scope creep could still emerge if the study's boundaries are not clearly defined and managed. Contractor performance and the availability of specialized expertise are also critical risk factors.

What is AHTNA SOLUTIONS, LLC's track record with the Federal Aviation Administration or similar agencies?

AHTNA SOLUTIONS, LLC is a known entity, and their track record with the FAA or similar agencies would be a significant factor in their selection. Information on past performance, including successful completion of similar studies, adherence to schedules and budgets, and overall client satisfaction, would be available through sources like the Contractor Performance Assessment Reporting System (CPARS). A positive performance history would reduce risk for this contract.

What is the historical spending pattern for feasibility studies at Moses Point or similar Alaskan locations?

Historical spending data for feasibility studies at Moses Point or comparable Alaskan locations would provide valuable context. This would involve analyzing past contracts awarded by agencies like the FAA or DOT for similar assessments in the region. Understanding the frequency and cost of such studies can help determine if the current $2.53 million award is consistent with historical trends or represents a significant deviation, potentially indicating unique project requirements or market shifts.

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 AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 697DCK-24-R-00293

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 110 W 38TH AVE STE 200L, ANCHORAGE, AK, 99503

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $2,532,050

Exercised Options: $2,532,050

Current Obligation: $2,532,050

Actual Outlays: $2,522,248

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2024-06-21

Current End Date: 2026-03-31

Potential End Date: 2026-03-31 00:00:00

Last Modified: 2026-03-02

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending