DHS awards $65.2M contract for oil spill response, with limited competition

Contract Overview

Contract Amount: $65,242,761 ($65.2M)

Contractor: Couvillion Group LLC

Awarding Agency: Department of Homeland Security

Start Date: 2021-11-19

End Date: 2025-01-31

Contract Duration: 1,169 days

Daily Burn Rate: $55.8K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: EO14042 UCGPN13024 PROVIDE LABOR, MATERIALS AND EQUIPMENT TO MITIGATE THE HARMFUL AFFECT OF OIL SPILL OR HAZARDOUS CHEMICAL INCIDENT, AS DIRECTED BY THE FEDERAL ON SCENE COORDINATOR.

Place of Performance

Location: METAIRIE, JEFFERSON County, LOUISIANA, 70005

State: Louisiana Government Spending

Plain-Language Summary

Department of Homeland Security obligated $65.2 million to COUVILLION GROUP LLC for work described as: EO14042 UCGPN13024 PROVIDE LABOR, MATERIALS AND EQUIPMENT TO MITIGATE THE HARMFUL AFFECT OF OIL SPILL OR HAZARDOUS CHEMICAL INCIDENT, AS DIRECTED BY THE FEDERAL ON SCENE COORDINATOR. Key points: 1. Contract focuses on critical environmental response services, mitigating harmful effects of oil spills and hazardous chemical incidents. 2. The award was made on a sole-source basis, raising questions about potential price efficiencies and market engagement. 3. A significant duration of 1169 days suggests a long-term need for these specialized response capabilities. 4. The contract's value of over $65 million indicates a substantial investment in environmental protection and emergency preparedness. 5. Geographic focus on Louisiana (LA) highlights the region's vulnerability to such incidents. 6. The use of a Time and Materials contract type may lead to cost variability depending on the scope of actual response efforts.

Value Assessment

Rating: fair

Benchmarking the value of this contract is challenging due to its sole-source nature and specialized service offering. Without competitive bids, it's difficult to ascertain if the $65.2 million represents optimal value for money. The Time and Materials pricing structure introduces inherent variability, making a precise value assessment contingent on the actual hours and materials utilized during incidents. Further analysis would require understanding the typical scale and frequency of incidents requiring such extensive remediation services in the specified region.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning it was not openly competed among multiple vendors. This approach is typically used when only one vendor possesses the unique capabilities or qualifications required for the service. The lack of competition limits the opportunity for price discovery and may result in higher costs compared to a fully competed contract. It is crucial to understand the justification for this sole-source determination to ensure it was appropriate and that the government explored all viable options.

Taxpayer Impact: The sole-source award means taxpayers may not benefit from the cost savings typically achieved through competitive bidding. This could translate to a higher overall expenditure for the government and, consequently, for taxpayers.

Public Impact

The primary beneficiaries are communities and ecosystems in Louisiana, protected from the detrimental impacts of oil spills and hazardous chemical incidents. The contract ensures the availability of essential labor, materials, and equipment for rapid and effective environmental remediation. Services delivered will directly address environmental damage, supporting ecological recovery and public health. The geographic impact is concentrated in Louisiana, a region historically susceptible to industrial accidents and natural disasters. Workforce implications include the potential mobilization of specialized personnel and resources for incident response.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The environmental remediation services sector is critical for responding to industrial accidents and natural disasters. This contract falls within the broader environmental consulting and waste management industry, which is characterized by specialized expertise and regulatory compliance. The market includes firms capable of handling hazardous materials, spill containment, and cleanup operations. The value of this contract, at $65.2 million, is substantial and reflects the high costs associated with specialized emergency response, including personnel, equipment, and materials. Comparable spending benchmarks would typically involve other large-scale disaster response or environmental cleanup contracts awarded by federal agencies.

Small Business Impact

This contract was not awarded to a small business, nor does it appear to have specific small business set-aside provisions. The nature of large-scale oil spill and hazardous chemical incident response often requires significant resources, specialized equipment, and extensive certifications that may be more readily available from larger, established firms. There is no explicit information regarding subcontracting opportunities for small businesses within this award, which could be a missed opportunity to engage smaller, specialized environmental service providers.

Oversight & Accountability

Oversight for this contract would primarily fall under the U.S. Coast Guard, a component of the Department of Homeland Security. Accountability measures would likely involve performance metrics tied to incident response effectiveness, adherence to environmental regulations, and proper utilization of funds. Transparency may be limited due to the sole-source nature of the award, but contract performance reports and financial expenditures should be subject to review. The Inspector General for the Department of Homeland Security would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.

Related Government Programs

Risk Flags

Tags

environmental-remediation, oil-spill-response, hazardous-materials, sole-source, time-and-materials, department-of-homeland-security, u.s.-coast-guard, louisiana, emergency-response, federal-contract, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $65.2 million to COUVILLION GROUP LLC. EO14042 UCGPN13024 PROVIDE LABOR, MATERIALS AND EQUIPMENT TO MITIGATE THE HARMFUL AFFECT OF OIL SPILL OR HAZARDOUS CHEMICAL INCIDENT, AS DIRECTED BY THE FEDERAL ON SCENE COORDINATOR.

Who is the contractor on this award?

The obligated recipient is COUVILLION GROUP LLC.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Coast Guard).

What is the total obligated amount?

The obligated amount is $65.2 million.

What is the period of performance?

Start: 2021-11-19. End: 2025-01-31.

What is the specific justification for awarding this contract on a sole-source basis to Couvillion Group LLC?

The justification for a sole-source award typically rests on the unique capabilities, specialized equipment, or proprietary knowledge possessed by a single contractor that are essential for fulfilling the contract requirements. For oil spill and hazardous chemical incident response, this could involve specific certifications, established response infrastructure in a particular region, or a proven track record with highly specialized techniques. Without access to the official sole-source justification documentation (e.g., a Justification and Approval - J&A), it is impossible to provide the precise reasons. However, agencies must demonstrate that full and open competition is not feasible or not in the government's best interest. This often involves detailing why other potential contractors cannot meet the requirements or why engaging them would be significantly detrimental to mission accomplishment.

How does the Time and Materials (T&M) contract type influence cost control and taxpayer value for this oil spill response contract?

A Time and Materials (T&M) contract type, like the one used here, reimburses the contractor for the actual cost of direct labor (at specified hourly rates) and other direct costs (materials, equipment usage) incurred, plus a fee or profit. For an oil spill response contract, T&M can be advantageous because the exact scope and duration of an incident are often unpredictable. It allows for flexibility in responding to varying levels of severity and complexity. However, T&M contracts carry inherent risks for cost control. The government pays for all hours worked and materials used, which can lead to cost overruns if not meticulously monitored and managed. Effective oversight, including detailed timesheets, material receipts, and regular progress reviews, is crucial to ensure that labor hours and material costs are reasonable and directly related to the contract's objectives. Without strong oversight, taxpayers could face significantly higher costs than anticipated.

What are the potential risks associated with the long contract duration (1169 days) for environmental remediation services?

A long contract duration, such as the 1169 days (over three years) for this environmental remediation contract, can present several risks. Firstly, it may reduce the government's flexibility to adapt to changing technologies, environmental regulations, or response strategies that emerge during the contract period. Secondly, long-term commitments can sometimes lead to complacency or reduced urgency in cost management by the contractor, assuming continued revenue. Thirdly, if the contract is sole-source, the extended duration further limits opportunities for other capable firms to demonstrate their services and potentially offer more innovative or cost-effective solutions. Finally, unforeseen economic shifts or changes in the threat landscape could make the contracted services less relevant or more expensive than initially projected, locking the government into a potentially suboptimal agreement.

How does the geographic concentration in Louisiana impact the effectiveness and efficiency of this oil spill response contract?

Concentrating this critical oil spill and hazardous chemical incident response capability in Louisiana offers significant advantages for efficiency and effectiveness in that specific region. Louisiana's extensive coastline, numerous waterways, and significant industrial activity (including oil and gas operations) make it a high-risk area for such incidents. Having a dedicated contractor with established presence, resources, and local knowledge within the state allows for faster deployment times, reduced logistical complexities, and potentially better understanding of regional environmental sensitivities and response protocols. This proximity is crucial for minimizing the environmental impact of spills, as rapid containment and cleanup are paramount. However, a potential drawback is reduced surge capacity if multiple, widespread incidents were to occur simultaneously across different parts of the state or region, potentially straining the contractor's resources.

What performance metrics or key performance indicators (KPIs) are likely used to evaluate Couvillion Group LLC's performance under this contract?

While specific KPIs are not detailed in the provided data, typical performance metrics for an oil spill and hazardous chemical incident response contract would focus on several key areas. These likely include: **Response Time:** Measured from notification to on-site arrival of critical personnel and equipment. **Effectiveness of Mitigation:** Assessed by the degree to which the spill or incident was contained and the environmental damage minimized, often evaluated by regulatory agencies and scientific experts. **Resource Availability:** Ensuring the contractor maintains the required labor, materials, and equipment in a ready state. **Compliance:** Adherence to all relevant environmental regulations, safety protocols, and reporting requirements. **Cost Management:** For T&M contracts, this involves scrutinizing labor hours, material costs, and equipment usage for reasonableness and necessity. Performance would likely be formally reviewed at regular intervals, with potential incentives or penalties tied to achieving or failing to meet these KPIs.

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: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Offers Received: 1

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 371 WALKER RD, BELLE CHASSE, LA, 70037

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $65,242,761

Exercised Options: $65,242,761

Current Obligation: $65,242,761

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: 70Z08421GN0008700

IDV Type: BOA

Timeline

Start Date: 2021-11-19

Current End Date: 2025-01-31

Potential End Date: 2025-01-31 12:52:45

Last Modified: 2025-10-17

More Contracts from Couvillion Group LLC

View all Couvillion Group LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending