Hydrogeologic, Inc. awarded $34.5M for environmental remediation at Florida Air Force bases

Contract Overview

Contract Amount: $34,492,288 ($34.5M)

Contractor: Hydrogeologic, Inc.

Awarding Agency: Department of Defense

Start Date: 2013-08-27

End Date: 2021-07-30

Contract Duration: 2,894 days

Daily Burn Rate: $11.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: ::IGF::OT::IGF:: E - PERFORMANCE BASED REMEDIATION OF ENVIRONMENTAL SITES AT MACDILL AIR FORCE BASE AND AVON PARK AIR FORCE RANGE

Place of Performance

Location: TAMPA, HILLSBOROUGH County, FLORIDA, 33621

State: Florida Government Spending

Plain-Language Summary

Department of Defense obligated $34.5 million to HYDROGEOLOGIC, INC. for work described as: ::IGF::OT::IGF:: E - PERFORMANCE BASED REMEDIATION OF ENVIRONMENTAL SITES AT MACDILL AIR FORCE BASE AND AVON PARK AIR FORCE RANGE Key points: 1. Contract value represents significant investment in environmental cleanup. 2. Performance-based contract structure incentivizes efficient remediation. 3. Long duration suggests complex, multi-year environmental challenges. 4. Geographic concentration in Florida highlights regional environmental needs. 5. Fixed-price contract type shifts risk to the contractor. 6. Multiple delivery orders indicate phased or ongoing work.

Value Assessment

Rating: good

The total award of $34.5 million over approximately eight years for environmental remediation services appears reasonable given the scope and duration. While direct comparisons are difficult without specific site data, the contract's performance-based nature and fixed-price structure suggest an effort to control costs. The number of delivery orders (4) indicates a structured approach to managing the project over its lifecycle. Benchmarking against similar large-scale environmental remediation contracts would provide further insight into value for money.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' which suggests that while full and open competition was intended, certain sources may have been excluded for specific reasons, possibly related to technical capabilities or prior performance. The presence of four delivery orders implies that the initial competition may have established a base contract under which subsequent work was ordered. The level of competition, while not fully detailed, appears to have been managed to ensure a qualified contractor was selected.

Taxpayer Impact: The 'exclusion of sources' aspect warrants scrutiny to ensure it did not unduly limit competition and potentially impact taxpayer value. However, the use of a competitive process, even with exclusions, is generally preferable to sole-source awards.

Public Impact

Benefits military readiness by ensuring environmental compliance at critical Air Force installations. Delivers essential environmental remediation services, protecting natural resources and public health. Geographic impact is concentrated in Florida, addressing specific environmental concerns at MacDill AFB and Avon Park Air Range. Supports a specialized workforce in environmental engineering and remediation services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

Environmental remediation services represent a critical sector supporting government operations and regulatory compliance. This contract falls within the broader environmental consulting and remediation market, which is driven by regulatory requirements and the need to address historical contamination. Spending in this sector is often project-specific and can vary significantly based on the scale and complexity of the environmental issues. Comparable spending benchmarks would typically be assessed against the cost per acre remediated or per cubic yard of contaminated material treated.

Small Business Impact

The provided data does not indicate any specific small business set-aside provisions or subcontracting goals for this contract. Therefore, the direct impact on the small business ecosystem is not evident from this information. Further analysis would be needed to determine if small businesses were involved as subcontractors or if the prime contractor has a history of engaging small businesses.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the contract administration team within the Department of the Army. Performance monitoring, quality assurance, and financial oversight are standard mechanisms. Given the environmental nature of the work, regulatory compliance oversight from agencies like the EPA may also be involved. Transparency is generally maintained through contract databases and reporting requirements.

Related Government Programs

Risk Flags

Tags

environmental-remediation, department-of-defense, air-force, firm-fixed-price, delivery-order, florida, remediation-services, performance-based, limited-competition

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $34.5 million to HYDROGEOLOGIC, INC.. ::IGF::OT::IGF:: E - PERFORMANCE BASED REMEDIATION OF ENVIRONMENTAL SITES AT MACDILL AIR FORCE BASE AND AVON PARK AIR FORCE RANGE

Who is the contractor on this award?

The obligated recipient is HYDROGEOLOGIC, INC..

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Army).

What is the total obligated amount?

The obligated amount is $34.5 million.

What is the period of performance?

Start: 2013-08-27. End: 2021-07-30.

What is the track record of Hydrogeologic, Inc. with federal environmental remediation contracts?

Hydrogeologic, Inc. has a history of performing environmental remediation services for federal agencies. While specific details on past performance metrics for this particular contract are not provided in the summary data, their selection suggests they met the government's requirements for technical capability and experience. A deeper dive into their contract history, including past performance evaluations and any reported issues on previous federal contracts, would offer a more comprehensive understanding of their reliability and effectiveness in delivering similar services.

How does the $34.5 million award compare to other environmental remediation contracts of similar scope?

Comparing the $34.5 million award requires understanding the specific environmental conditions and remediation technologies employed. Large-scale environmental remediation projects, especially those involving complex sites like military bases with potential for widespread contamination, can easily reach tens of millions of dollars. The duration of nearly eight years also suggests a significant undertaking. Without detailed site assessments and remediation plans, a precise value-for-money comparison is challenging. However, the contract's performance-based and fixed-price nature suggests an effort to achieve cost efficiencies within the established budget.

What are the primary risks associated with this environmental remediation contract?

Key risks include unforeseen environmental conditions that could increase remediation costs beyond the fixed-price contract scope, although contract clauses may address this. Technical risks involve the effectiveness of chosen remediation technologies in addressing specific contaminants. Schedule risks could arise from permitting delays, weather impacts, or contractor performance issues. There's also a compliance risk related to meeting stringent environmental regulations. The long duration increases the potential for these risks to materialize over time.

How effective is the performance-based contract structure in ensuring successful environmental outcomes?

Performance-based contracting is designed to incentivize contractors to achieve specific, measurable outcomes rather than simply performing tasks. For environmental remediation, this could mean meeting target contaminant levels, completing phases within set timeframes, or achieving specific environmental quality metrics. This structure shifts focus from inputs to results, potentially leading to more efficient and effective cleanup. Success hinges on clearly defined performance standards and robust government oversight to ensure those standards are met.

What is the historical spending trend for environmental remediation at MacDill AFB and Avon Park Air Range?

The provided data focuses on a single contract award from 2013 to 2021. To understand historical spending trends, one would need to examine contract databases for previous and subsequent environmental remediation efforts at both MacDill Air Force Base and Avon Park Air Range. This would involve looking at contract awards, task orders, and total obligated amounts over a longer period to identify patterns, recurring needs, or significant shifts in environmental cleanup investment at these installations.

What does the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' designation imply for cost and quality?

This designation suggests that the initial solicitation was intended for all qualified sources, but certain potential bidders were excluded before the final award decision. The reasons for exclusion could range from failure to meet minimum technical requirements to past performance issues. While it implies a competitive process, the exclusion of sources might limit the breadth of competition, potentially impacting price negotiation and the range of innovative solutions considered. The government must justify such exclusions to ensure fairness and maximize value.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesRemediation and Other Waste Management ServicesRemediation Services

Product/Service Code: NATURAL RESOURCES MANAGEMENTNATURAL RESOURCES - OTHER SVCS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 4

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 11107 SUNSET HILLS RD STE 400, RESTON, VA, 20190

Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $34,492,288

Exercised Options: $34,492,288

Current Obligation: $34,492,288

Subaward Activity

Number of Subawards: 140

Total Subaward Amount: $65,513,640

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: W912QR12D0009

IDV Type: IDC

Timeline

Start Date: 2013-08-27

Current End Date: 2021-07-30

Potential End Date: 2021-07-30 00:00:00

Last Modified: 2020-08-14

More Contracts from Hydrogeologic, Inc.

View all Hydrogeologic, Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending