DOE's Carlsbad Technical Assistance Contract awarded to North Wind Portage, Inc. for $35.3M over 3 years
Contract Overview
Contract Amount: $35,301,804 ($35.3M)
Contractor: North Wind Portage, Inc.
Awarding Agency: Department of Energy
Start Date: 2018-01-01
End Date: 2021-08-31
Contract Duration: 1,338 days
Daily Burn Rate: $26.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: IGF::OT::IGF DEPARTMENT OF ENERGY (DOE) CARLSBAD TECHNICAL ASSISTANCE CONTRACT (CTAC)
Place of Performance
Location: CARLSBAD, EDDY County, NEW MEXICO, 88221
Plain-Language Summary
Department of Energy obligated $35.3 million to NORTH WIND PORTAGE, INC. for work described as: IGF::OT::IGF DEPARTMENT OF ENERGY (DOE) CARLSBAD TECHNICAL ASSISTANCE CONTRACT (CTAC) Key points: 1. Contract value appears reasonable given the duration and scope of technical assistance required for complex DOE operations. 2. Full and open competition after exclusion of sources suggests a deliberate procurement strategy, potentially balancing specialized needs with broad market access. 3. The Time and Materials contract type introduces cost variability, necessitating robust oversight to manage potential overruns. 4. Performance period of over three years indicates a need for sustained technical expertise in remediation services. 5. The contract is positioned within the Department of Energy's broader environmental management and remediation sector. 6. No small business set-aside was utilized, indicating the primary focus was on obtaining specialized capabilities.
Value Assessment
Rating: good
The contract value of $35.3 million over approximately three years for technical assistance at the Carlsbad Field Office appears to be within a reasonable range for specialized environmental remediation support. Benchmarking against similar large-scale technical assistance contracts within the Department of Energy or other federal agencies would provide a more precise value-for-money assessment. The Time and Materials pricing structure, while flexible, requires careful monitoring to ensure costs remain aligned with project milestones and deliverables.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This procurement method suggests that while the competition was intended to be broad, specific exclusions were made, possibly due to unique technical requirements or prior performance considerations. The exact number of bidders and the rationale for exclusions would be critical to fully understanding the competitive landscape and its impact on price discovery.
Taxpayer Impact: This procurement approach, while potentially ensuring specialized expertise, may limit the number of potential offerors, which could influence price competitiveness compared to a purely full and open competition.
Public Impact
The primary beneficiaries are the Department of Energy's Carlsbad Field Office, receiving critical technical support for its operations. Services delivered include technical assistance essential for managing and overseeing complex remediation projects. The geographic impact is concentrated in New Mexico, specifically related to the Carlsbad Field Office's environmental management responsibilities. The contract supports a workforce of technical experts and potentially subcontractors involved in remediation and related services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials contract type can lead to cost escalation if not closely managed.
- The 'exclusion of sources' in the competition may have limited the pool of potential bidders, potentially impacting price.
- Lack of specific performance metrics in the provided data makes it difficult to assess efficiency.
- The contract duration of over three years requires sustained oversight to ensure continued value.
Positive Signals
- Award to a single contractor suggests a focused approach to meeting specific technical needs.
- The contract duration indicates a stable, long-term need for the services provided.
- The value of the contract suggests a significant scope of work, implying a substantial contribution to DOE's mission.
Sector Analysis
This contract falls within the Environmental Remediation and Technical Services sector, a critical area for agencies managing legacy waste and contaminated sites. The Department of Energy, in particular, has substantial ongoing needs in this domain. The market for such services is specialized, often requiring firms with deep technical expertise, regulatory knowledge, and a proven track record in hazardous material management. Comparable spending benchmarks would likely be found within DOE's Office of Environmental Management and similar programs at the EPA or Department of Defense.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). This suggests that the requirements were likely beyond the scope or capability of typical small business set-aside programs, or that the agency prioritized specialized expertise available from larger or more established firms. There is no explicit information on subcontracting plans for small businesses, which would be a key area for further investigation to understand the broader economic impact.
Oversight & Accountability
Oversight for this contract would primarily reside with the Department of Energy's Carlsbad Field Office contracting and program officials. Robust oversight would involve monitoring contractor performance against contract requirements, managing the Time and Materials aspects to control costs, and ensuring compliance with all applicable regulations. The Inspector General's office for the Department of Energy would have jurisdiction for audits and investigations related to potential fraud, waste, or abuse.
Related Government Programs
- Department of Energy Environmental Management Programs
- DOE Carlsbad Field Office Operations
- Hazardous Waste Remediation Services
- Technical Assistance Contracts
- Remediation Services Contracts
Risk Flags
- Potential for cost overruns due to T&M contract type.
- Limited competition due to 'exclusion of sources' may impact price.
- Need for robust oversight to ensure contractor performance and cost control.
- Complexity of environmental remediation requires specialized expertise and continuous monitoring.
Tags
department-of-energy, remediation-services, technical-assistance, time-and-materials, full-and-open-competition-after-exclusion-of-sources, new-mexico, environmental-management, large-contract, north-wind-portage-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Energy awarded $35.3 million to NORTH WIND PORTAGE, INC.. IGF::OT::IGF DEPARTMENT OF ENERGY (DOE) CARLSBAD TECHNICAL ASSISTANCE CONTRACT (CTAC)
Who is the contractor on this award?
The obligated recipient is NORTH WIND PORTAGE, INC..
Which agency awarded this contract?
Awarding agency: Department of Energy (Department of Energy).
What is the total obligated amount?
The obligated amount is $35.3 million.
What is the period of performance?
Start: 2018-01-01. End: 2021-08-31.
What is the specific nature of the technical assistance provided under this contract, and how does it align with the Carlsbad Field Office's mission?
The Carlsbad Technical Assistance Contract (CTAC) primarily supports the Department of Energy's Carlsbad Field Office (CBFO) in its mission to manage and regulate the Waste Isolation Pilot Plant (WIPP) and other related environmental management activities. The technical assistance likely encompasses a broad range of services, including project management, regulatory compliance support, environmental monitoring, safety oversight, and technical reviews related to waste characterization, transportation, and disposal. This support is crucial for ensuring the safe and compliant operation of WIPP, which is the nation's first repository for defense-generated transuranic radioactive waste. The contract's value and duration suggest a deep integration of contractor expertise into the daily operations and strategic planning of the CBFO.
How does the 'Full and Open Competition After Exclusion of Sources' procurement method impact the potential for cost savings and innovation?
The 'Full and Open Competition After Exclusion of Sources' method is a nuanced approach. While it aims for broad competition, the explicit exclusion of certain sources suggests that the agency identified specific capabilities or past performance requirements that only a subset of the market could meet. This can potentially lead to a more focused competition among highly qualified bidders, possibly resulting in better technical solutions. However, it also inherently limits the number of potential offerors compared to a purely full and open competition. The impact on cost savings is debatable; while competition drives prices down, excluding potential bidders might reduce the downward pressure. Innovation could be fostered if the excluded sources were less likely to propose novel approaches, or stifled if those sources possessed unique innovative capabilities.
What are the primary risks associated with the Time and Materials (T&M) contract type for this scope of work, and what oversight mechanisms are in place?
The primary risk with a Time and Materials (T&M) contract type, especially for a long-duration technical assistance contract, is the potential for cost overruns if not rigorously managed. Unlike fixed-price contracts, T&M contracts pay the contractor for direct labor hours at specified hourly rates and for the actual cost of materials. This can incentivize longer task durations or less efficient work if oversight is weak. To mitigate these risks, the Department of Energy would typically implement strong oversight mechanisms. These include detailed monitoring of labor hours, verification of material costs, review of task progress reports, establishment of cost ceilings or not-to-exceed limits, and regular performance reviews. The contracting officer's representative (COR) plays a critical role in day-to-day oversight, ensuring that work performed is necessary, efficient, and aligns with contract objectives.
Can we compare the per-unit cost or hourly rates of this contract to similar technical assistance contracts within the DOE or other federal agencies?
Directly comparing per-unit costs or hourly rates for this contract without access to the detailed pricing structure and specific labor categories is challenging. The provided data does not include specific hourly rates or a breakdown of the $35.3 million total award into labor, materials, and other direct costs. However, for technical assistance in specialized fields like environmental remediation and nuclear waste management, hourly rates for highly skilled personnel (e.g., engineers, scientists, project managers) can range significantly, often from $100 to over $300 per hour, depending on experience, location, and overhead. A comprehensive comparison would require accessing the contract's pricing details and benchmarking them against similar roles and services procured by agencies like the EPA, DoD, or other DOE field offices managing comparable environmental programs.
What is the historical spending pattern for technical assistance at the Carlsbad Field Office, and does this contract represent an increase or decrease?
Analyzing historical spending patterns for technical assistance at the Carlsbad Field Office (CBFO) requires access to historical contract databases and budget information. The provided data only covers the period from January 1, 2018, to August 31, 2021, with an award of $35.3 million. To understand if this represents an increase or decrease, one would need to examine spending on similar technical assistance contracts in preceding years (e.g., 2015-2017) and potentially subsequent years. Factors influencing spending could include changes in regulatory requirements, the pace of remediation activities, new projects initiated, or shifts in DOE's overall budget allocation for environmental management. Without this historical context, it's impossible to definitively state whether this contract reflects an upward or downward trend in spending.
What is the track record of North Wind Portage, Inc. in performing similar technical assistance contracts for the federal government, particularly within the DOE?
North Wind Portage, Inc. has a significant track record of performing environmental and technical services for the federal government, including numerous contracts with the Department of Energy. They have been involved in various aspects of environmental management, remediation, engineering, and facility support. For instance, they have held contracts related to environmental restoration, waste management, and technical support at various DOE sites. Their performance history on these contracts, including past performance evaluations and any documented issues or successes, would be a key factor in the DOE's decision-making process for awarding the CTAC. A review of their contract history, including any awards, past performance questionnaires, and potential debriefings from other procurements, would provide insight into their capabilities and reliability for this specific role.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Remediation and Other Waste Management Services › Remediation Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 1425 HIGHAM ST, IDAHO FALLS, ID, 83402
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $35,301,804
Exercised Options: $35,301,804
Current Obligation: $35,301,804
Actual Outlays: $10,240,291
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: DEEM0004007
IDV Type: IDC
Timeline
Start Date: 2018-01-01
Current End Date: 2021-08-31
Potential End Date: 2021-08-31 00:00:00
Last Modified: 2025-05-15
More Contracts from North Wind Portage, Inc.
- This a Fixed Price and Fixed Unit Rate Task Order With a Cost Reimbursable Clin for Equipment and Vehicles for Environmental Remediation AT the Department of Energy's Moab Site in Moab, Utah. This Task Order IS Being Issued Under the Environmental Management Nationwide Idiq SET Aside Contract Deem0000842 and IS for the Purpose of Operating and Maintaining the DOE Moab and Crescent Junction Sites. Operating Activities Include: Excavating Residual Radioactive Material AT the Moab Site and Transporting the RRM VIA Rail to the DOE Crescent Junction Site for Placement, Compaction and Disposal. This Task Order IS Also for the Purpose of Continuous Placement of Interim Cover, Excavation and Construction of the Phase 3 Disposal Cell AT the DOE Crescent Junction Site, and the Remediation of the Final Vicinity Property — $210.2M (Department of Energy)
- Scope of Task Order 89303323FEM400390 Includes Completion of the Mill Tailings Pile Remediation AT a Rate of Speed Reflecting Established Production Capacity Under Safe Working Conditions — $171.1M (Department of Energy)
- Soil Remediation Luckey Fusrap — $154.1M (Department of Defense)
- This Task Order Under the Environmental Management Nationwide Id/Iq SET Aside Contract IS a Cost-Plus-Award-Fee (cpaf) Type Task Order for Environmental Remediation, Including Excavation and Transportation of Residual Radioactive Material (RRM), With a Fixed Unit Price Component Associated With the Disposal of the RRM AT Crescent Junction, Including the Interim and Final Cover — $138.0M (Department of Energy)
- Base Period, Fusrap Luckey Satoc — $82.3M (Department of Defense)
Other Department of Energy Contracts
- Federal Contract — $48.1B (Lockheed Martin Corp)
- ,Ct::igf Contract Award De-Na0003525 to the National Technology&engineering Solutions of Sandia, LLC (ntess) for the Management and Operation of the Department of Energy, National Nuclear Security Administration's Sandia National Laboratories (SNL) — $41.7B (National Technology & Engineering Solutions of Sandia, LLC)
- Management and Operation of the OAK Ridge National Laboratory — $40.8B (Ut-Battelle LLC)
- TAS::89 0240::TAS This Performance-Based Management Contract (pbmc) IS for the Management and Operation of the Lawrence Livermore National Laboratory (llnl). the Contractor Shall, in Accordance With the Provisions of This Contract, Accomplish the Missions and Programs Assigned by the U.S. Department of Energy (DOE) and Manage and Operate the Laboratory. the Laboratory IS ONE of Does Office of Defense Program Multi-Program Laboratories. the Laboratory IS a Federally Funded Research and Development Institution (established in Accordance With the Federal Acquisition Regulation (FAR) Part 35 and Operated Under This Management and Operating (M&O) Contract, AS Defined in FAR 17.6 and Dear 917.6 — $40.8B (Lawrence Livermore National Security, LLC)
- M&O of Lanl BR of U of CA — $35.3B (Regents of the University of California, the)