APTIM FEDERAL SERVICES awarded $429M contract for radiological characterization and remediation services

Contract Overview

Contract Amount: $42,943,410 ($42.9M)

Contractor: Aptim Federal Services, LLC

Awarding Agency: Department of Defense

Start Date: 2018-08-21

End Date: 2026-09-17

Contract Duration: 2,949 days

Daily Burn Rate: $14.6K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: IGF::OT::IGF X009 PARCEL G RADIOLOGICAL CHARACTERIZATION, HUNTERS

Place of Performance

Location: SAN FRANCISCO, SAN FRANCISCO County, CALIFORNIA, 94124

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $42.9 million to APTIM FEDERAL SERVICES, LLC for work described as: IGF::OT::IGF X009 PARCEL G RADIOLOGICAL CHARACTERIZATION, HUNTERS Key points: 1. Contract awarded through full and open competition, suggesting a competitive bidding process. 2. The contract duration of nearly 8 years indicates a long-term need for these specialized services. 3. The fixed-price contract type aims to control costs and provide predictability for the government. 4. The contract is for remediation services, a critical area for environmental safety and compliance. 5. The award value of $429 million signifies a substantial investment in this service area.

Value Assessment

Rating: good

The contract's fixed-price nature provides a degree of cost certainty. Benchmarking against similar large-scale environmental remediation contracts would be necessary for a precise value-for-money assessment. However, the competitive award process suggests that pricing was vetted against market alternatives. The duration and scope indicate a significant, but potentially necessary, investment for the Department of the Navy.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit bids. The presence of 4 bids indicates a healthy level of interest and competition for this significant contract. This competitive environment is generally favorable for price discovery and achieving a reasonable cost for the government.

Taxpayer Impact: A competitive bidding process helps ensure that taxpayer dollars are used efficiently by driving down prices and encouraging innovative solutions from multiple contractors.

Public Impact

The Department of the Navy benefits from specialized services to manage environmental hazards. Services include radiological characterization and remediation, crucial for site safety and compliance. The contract's focus on California suggests a geographic concentration of the work. The contract supports a workforce skilled in environmental remediation and radiological services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The environmental remediation services sector is a significant part of the government contracting landscape, particularly for agencies managing large land holdings or historical sites. This contract falls within the broader environmental services industry, which includes hazardous waste management, site cleanup, and compliance consulting. The market is characterized by specialized firms capable of handling complex environmental challenges, often requiring significant technical expertise and regulatory knowledge. Comparable spending benchmarks would depend on the specific nature and scale of the radiological characterization and remediation required.

Small Business Impact

The data indicates that this contract was not set aside for small businesses, and there is no explicit mention of small business subcontracting goals. This suggests that the primary contractor, APTIM FEDERAL SERVICES, LLC, will likely perform the majority of the work. Further investigation into subcontracting plans would be needed to assess the impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of the Navy's contracting and program management offices. The fixed-price nature of the contract provides a baseline for cost accountability. Transparency would be enhanced through regular reporting requirements and potential reviews by the Government Accountability Office (GAO) or the Department of Defense's Inspector General, particularly concerning performance and adherence to scope.

Related Government Programs

Risk Flags

Tags

sector-other, agency-department-of-defense, sub-agency-department-of-the-navy, contract-type-delivery-order, competition-level-full-and-open, pricing-type-firm-fixed-price, service-type-remediation, geography-california, duration-long-term, value-large

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $42.9 million to APTIM FEDERAL SERVICES, LLC. IGF::OT::IGF X009 PARCEL G RADIOLOGICAL CHARACTERIZATION, HUNTERS

Who is the contractor on this award?

The obligated recipient is APTIM FEDERAL SERVICES, LLC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $42.9 million.

What is the period of performance?

Start: 2018-08-21. End: 2026-09-17.

What is the historical spending pattern for radiological characterization and remediation services by the Department of the Navy?

Analyzing historical spending patterns for radiological characterization and remediation services by the Department of the Navy is crucial for understanding the context of the $429 million award to APTIM FEDERAL SERVICES. While specific historical data for this exact service category is not provided, the Navy, like other branches of the Department of Defense, manages numerous sites with potential environmental contamination, including radiological hazards, stemming from past operations. Federal agencies are mandated by laws such as CERCLA (Superfund) and RCRA to identify, assess, and remediate contaminated sites. Spending in this area can fluctuate based on site discoveries, regulatory changes, and the prioritization of cleanup efforts. A review of past Navy budgets and contract awards for similar environmental services would reveal trends in investment, identify key contractors, and potentially highlight periods of increased activity. This $429 million contract, spanning nearly eight years, represents a significant, long-term commitment, suggesting either a large-scale ongoing project or a consolidation of multiple smaller needs under one award. Understanding prior expenditures would help assess if this award represents a typical investment level or a substantial increase.

How does the per-unit cost of radiological characterization compare to industry benchmarks for similar services?

Determining the per-unit cost for radiological characterization and comparing it to industry benchmarks is challenging without specific details on the units of service provided under this contract. The contract is for 'radiological characterization, Hunters Point,' implying a site-specific assessment rather than a standardized unit like 'per sample' or 'per square foot analyzed.' The total award of $429 million over approximately 2,949 days (around 8 years) suggests a substantial, ongoing effort. To benchmark, one would need to break down the contract into specific deliverables (e.g., number of samples analyzed, types of radiological surveys conducted, volume of data processed) and then compare the associated costs to market rates for those specific activities. Factors influencing per-unit cost include the complexity of the site, the types of radionuclides present, the required detection limits, and the regulatory framework. Given the 'full and open competition' and the fixed-price nature, the government likely sought competitive bids based on estimated work volumes and complexity. A detailed cost-reconciliation analysis against industry standards for similar large-scale, complex site characterizations would be necessary for a definitive assessment of value.

What is APTIM FEDERAL SERVICES, LLC's track record with similar large-scale environmental remediation contracts?

APTIM FEDERAL SERVICES, LLC has a significant track record in providing environmental services, including remediation and characterization, to government agencies. As a large federal contractor, they have been involved in numerous projects addressing complex environmental challenges. Their experience often includes work with hazardous materials, waste management, and compliance with environmental regulations across various military branches and civilian agencies. For instance, APTIM has previously been awarded contracts for environmental support services, site assessments, and cleanup operations. Evaluating their performance on past contracts of similar scale and complexity, particularly those involving radiological materials or large-scale site remediation, is key. This would involve reviewing past performance evaluations, any documented issues or successes, and their ability to manage large budgets and long-term project schedules effectively. Their established presence in the federal contracting space suggests they possess the necessary certifications, personnel, and project management capabilities required for a contract of this magnitude.

What are the primary risks associated with long-term radiological characterization and remediation projects?

Long-term radiological characterization and remediation projects carry several inherent risks. Firstly, **technical risks** include unforeseen site conditions, the discovery of unexpected contaminants or complexities that require revised remediation strategies, and challenges in achieving regulatory closure standards. Secondly, **schedule risks** are common, as complex cleanup processes can take longer than initially projected due to technical hurdles, permitting delays, or contractor performance issues. Thirdly, **cost risks** are significant; while this contract is fixed-price, scope creep, changes in regulatory requirements, or unforeseen technical challenges can strain the budget or lead to claims for additional compensation. **Health and safety risks** for workers and the surrounding community are paramount, requiring stringent protocols for handling radioactive materials. Finally, **regulatory risks** exist, as environmental laws and standards can evolve, potentially requiring modifications to the remediation plan and impacting timelines and costs. Effective risk management, robust oversight, and clear communication are essential to mitigate these challenges.

How does the geographic focus on California impact the contract's execution and oversight?

The geographic focus on California for this radiological characterization and remediation contract introduces specific considerations for execution and oversight. California has stringent environmental regulations, often exceeding federal requirements, which necessitates close adherence to state-specific protocols and permitting processes managed by agencies like the California Department of Toxic Substances Control (DTSC). Oversight must account for these dual regulatory layers. Execution involves navigating California's complex land use, potential community engagement requirements, and specific geological or environmental conditions. For instance, seismic activity or specific soil types could influence remediation techniques. Oversight personnel need to be knowledgeable about both federal DoD/Navy requirements and California's environmental laws. The presence of active military installations like Hunters Point Naval Shipyard, the likely site, means established procedures for access and security, but also a history of environmental scrutiny. This focus requires the contractor and government oversight teams to maintain strong working relationships with state and local environmental authorities throughout the contract's duration.

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

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: N6247315R0811

Offers Received: 4

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Peraton Technology Services Inc.

Address: 1725 DUKE ST, STE 400, ALEXANDRIA, VA, 22314

Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $42,943,410

Exercised Options: $42,943,410

Current Obligation: $42,943,410

Actual Outlays: $11,187,307

Subaward Activity

Number of Subawards: 16

Total Subaward Amount: $3,936,017

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: N6247317D0006

IDV Type: IDC

Timeline

Start Date: 2018-08-21

Current End Date: 2026-09-17

Potential End Date: 2026-10-12 00:00:00

Last Modified: 2026-01-15

More Contracts from Aptim Federal Services, LLC

View all Aptim Federal Services, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending