NASA Awards $4.36M Environmental Consulting Contract to AECOM for Wilson Corners Air Sparge Project
Contract Overview
Contract Amount: $4,365,174 ($4.4M)
Contractor: AECOM Technical Services, Inc.
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2020-07-20
End Date: 2026-03-30
Contract Duration: 2,079 days
Daily Burn Rate: $2.1K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ENVIRONMENTAL CONSULTING SERVICES AIR SPARGE INTERIM MEASURE AT WILSON CORNERS.
Place of Performance
Location: ORLANDO, BREVARD County, FLORIDA, 32899
State: Florida Government Spending
Plain-Language Summary
National Aeronautics and Space Administration obligated $4.4 million to AECOM TECHNICAL SERVICES, INC. for work described as: ENVIRONMENTAL CONSULTING SERVICES AIR SPARGE INTERIM MEASURE AT WILSON CORNERS. Key points: 1. Contract awarded to AECOM Technical Services, Inc. for environmental consulting. 2. The contract is for an Air Sparge Interim Measure at Wilson Corners. 3. Full and open competition was utilized for this award. 4. The contract duration is 2079 days, ending March 30, 2026. 5. This is a Firm Fixed Price contract.
Value Assessment
Rating: good
The contract value of $4.36M appears reasonable for a multi-year environmental remediation project. Benchmarking against similar large-scale environmental consulting contracts would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The use of full and open competition suggests a robust price discovery process. This method allows multiple qualified contractors to bid, potentially leading to more competitive pricing.
Taxpayer Impact: The competitive nature of the award is expected to ensure taxpayer funds are used efficiently for this environmental service.
Public Impact
Ensures environmental cleanup at Wilson Corners, protecting local ecosystems and public health. Supports NASA's commitment to environmental stewardship and regulatory compliance. Provides specialized environmental consulting services, contributing to the broader environmental services sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific small business participation noted.
- Contract duration is lengthy, requiring ongoing performance monitoring.
Positive Signals
- Awarded under full and open competition.
- Firm Fixed Price contract provides cost certainty.
- Addresses a specific environmental remediation need.
Sector Analysis
Environmental consulting services, particularly those involving remediation and compliance, are crucial for government agencies. Spending in this sector can vary significantly based on regulatory requirements and the scale of environmental challenges.
Small Business Impact
The data indicates that small business participation was not a factor in this specific award (ss: false, sb: false). Future contracts should explore opportunities for small business engagement in environmental services.
Oversight & Accountability
The contract is managed by the National Aeronautics and Space Administration (NASA), which typically has established oversight mechanisms for its procurements. Monitoring performance and adherence to contract terms will be key.
Related Government Programs
- Environmental Consulting Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Potential for unforeseen site conditions impacting cost and schedule.
- Long contract duration requires sustained oversight.
- Limited visibility into specific environmental risks being mitigated.
- No explicit small business participation noted.
Tags
environmental-consulting-services, national-aeronautics-and-space-administr, fl, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $4.4 million to AECOM TECHNICAL SERVICES, INC.. ENVIRONMENTAL CONSULTING SERVICES AIR SPARGE INTERIM MEASURE AT WILSON CORNERS.
Who is the contractor on this award?
The obligated recipient is AECOM TECHNICAL SERVICES, INC..
Which agency awarded this contract?
Awarding agency: National Aeronautics and Space Administration (National Aeronautics and Space Administration).
What is the total obligated amount?
The obligated amount is $4.4 million.
What is the period of performance?
Start: 2020-07-20. End: 2026-03-30.
What is the specific environmental risk being addressed by the air sparge interim measure?
The air sparge interim measure at Wilson Corners is likely addressing soil or groundwater contamination. Air sparging is a technology used to treat contaminated groundwater by injecting air below the water table, which volatilizes contaminants, allowing them to be removed by soil vapor extraction or natural attenuation.
Are there any potential cost overruns or scope creep risks associated with this long-term environmental project?
Long-term environmental projects inherently carry risks of scope creep and unforeseen conditions that could lead to cost overruns. Robust project management, clear performance metrics, and contingency planning within the firm fixed price structure are essential to mitigate these risks.
How effective has AECOM been on similar environmental remediation contracts with government agencies?
Assessing AECOM's past performance on similar government contracts is crucial for evaluating effectiveness. Reviewing past project outcomes, client satisfaction, and adherence to timelines and budgets on comparable environmental remediation projects would provide insight into their capabilities and reliability.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Environmental Consulting Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-ENG SVCS - GENERAL
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 300 S GRAND AVE STE 1100, LOS ANGELES, CA, 90071
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $4,365,174
Exercised Options: $4,365,174
Current Obligation: $4,365,174
Actual Outlays: $4,365,174
Subaward Activity
Number of Subawards: 5
Total Subaward Amount: $1,972,762
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 80KSC019D0010
IDV Type: IDC
Timeline
Start Date: 2020-07-20
Current End Date: 2026-03-30
Potential End Date: 2026-03-30 00:00:00
Last Modified: 2026-01-15
More Contracts from AECOM Technical Services, Inc.
- DB Repair Berths 40 and 41, Norfolk Naval Shipyard, Portsmouth, VA — $229.7M (Department of Defense)
- L-536 Interim/Final Levee Repairs — $121.5M (Department of Defense)
- Alternate Care Facility (ACF): Suny OLD Westbury - OLD Westbury, NY — $121.4M (Department of Defense)
- Fwda Parcel 3 Closure&corrective Action, Fort Wingate Depot Activity, Mckinley County, NEW Mexico — $107.1M (Department of Defense)
- Typhoon Mawar Recovery AT Various Locations in Joint Region Maria — $101.4M (Department of Defense)
Other National Aeronautics and Space Administration Contracts
- International Space Station — $22.4B (THE Boeing Company)
- TAS::80 0124::TAS Design, Development, Test&evaluation of Project Orion — $15.5B (Lockheed Martin Corp)
- Provide Developmental Hardware and Test Articles, and Manufacture and Assemble Ares I Upper Stages. the Upper Stage (US) Element IS an Integral Part of the Ares I Launch Vehicle and Provides the Second Stage of Flight. the US Element IS Responsible for the Roll Control During the First Stage Burn and Separation; and Will Provide the Guidance and Navigation, Command and Data Handling, and Other Avionics Functions for the Ares I During ALL Phases of the Ascent Flight. the US Element IS a NEW Design That Emphasizes Safety, Operability, and Minimum Life Cycle Cost. the Overall Design, Development, Test and Evaluation (ddt&e), Production, and Sustaining Engineering Efforts Include Activities Performed by Three Organizations; the Nasa Design Team (NDT), the Upper Stage Production Contractor (uspc) and the Instrument Unit Production Contractor (iupc). for Clarity, the Uspc Will BE Referred to AS the Contractor Throughout This Document. Nasa IS Responsible for the Integration of the Primary Elements of the Ares I Launch Vehicle Including: the First Stage, US Including Instrument Unit (IU), and US Engine; and Will Also Integrate the Ares I Launch Vehicle AT the Launch Site. Nasa IS Responsible for the Ddt&e, Including Technical and Programmatic Integration of the US Subsystems and Government-Furnished Property. Nasa Will Lead the Effort to Develop the Requirements and Specifications of the US Element, the Development Plan and Testing Requirements, and ALL Design Documentation, Initial Manufacturing and Assembly Process Planning, Logistics Planning, and Operations Support Planning. Development, Qualification, and Acceptance Testing Will BE Conducted by Nasa and the Contractor to Satisfy Requirements and for Risk Mitigation. Nasa IS Responsible for the Overall Upper Stage Verification and Validation Process and Will Require Support From the Contractor. the Contractor IS Responsible for the Manufacture and Assembly of the Upper Stage Test Flight and Operational Upper Stage Units Including the Installation of Upper Stage Instrument Unit, the Government-Furnished US Engine, Booster Separation Motors, and Other Government-Furnished Property. a Description of the Nasa Managed and Performed Efforts IS Contained in the US Work Packages and Will BE Made Available to the Contractor to Ensure Their Understanding of the Roles and Responsibilities of the NDT, Iupc, and Contractor During the Design, Development, and Operation of the US Element. the US Conceptual Design Described in the Uso-Clv-Se-25704 US Design Definition Document (DDD) IS the Baseline Design for This Contract. the Contractors Early Role Will BE to Provide Producibility Engineering Support to Nasa VIA the Established US Office Structure and to Provide Inputs Into the Final Design Configuration, Specifications, and Standards. Nasa Will Transition the Manufacturing and Assembly, Logistics Support Infrastructure, Configuration Management, and the Sustaining Engineering Functions to the Contractor AT the KEY Points During the Development and Implementation of the Program Currently Planned to Occur NO Later Than 90 Days After the Completion of the Following Major Milestones: Manufacturing and Assembly US Preliminary Design Review (PDR) Logistics Support Infrastructure US PDR Configuration Management US Critical Design Review CDR) Sustaining Engineering US Design Certification Review (DCR) After the Completion of an Orderly Transition of Roles and Responsibilities to the Contractor, Nasa Will Assume an Insight Role Into the Contractors Production, Sustaining Engineering, and Operations Support of the Ares I US Test Program and Flight Hardware. After DCR, the Contractor Will BE Responsible for Sustaining Engineering PER SOW Section 4.7, AS Necessary to Maintain and Support the US Configuration and for Production and Operations Support — $10.5B (THE Boeing Company)
- Space Program Operations Contract (spoc) — $8.5B (United Space Alliance, LLC)
- Joint Us/Russian Human Space Flight Activities — $4.7B (Russia Space Agency)
View all National Aeronautics and Space Administration contracts →