Army awards $5.07M contract for hazardous remediation services to Brice Engineering, LLC

Contract Overview

Contract Amount: $5,074,544 ($5.1M)

Contractor: Brice Engineering, LLC

Awarding Agency: Department of Defense

Start Date: 2026-01-06

End Date: 2027-01-08

Contract Duration: 367 days

Daily Burn Rate: $13.8K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: HAZARDOUS REMEDIATION SERVICES TO BE PROVIDED INCLUDE: THE FULL RANGE OF METHODS, TECHNOLOGIES, AND SUPPORTING ACTIVITIES NECESSARY TO CONDUCT OPERATIONS/SERVICES EFFORTS TO PROVIDE TREATED DRINKING WATER TO RESIDENCES IN THE VICINITY OF FAFB.

Place of Performance

Location: FAIRCHILD AFB, SPOKANE County, WASHINGTON, 99011

State: Washington Government Spending

Plain-Language Summary

Department of Defense obligated $5.1 million to BRICE ENGINEERING, LLC for work described as: HAZARDOUS REMEDIATION SERVICES TO BE PROVIDED INCLUDE: THE FULL RANGE OF METHODS, TECHNOLOGIES, AND SUPPORTING ACTIVITIES NECESSARY TO CONDUCT OPERATIONS/SERVICES EFFORTS TO PROVIDE TREATED DRINKING WATER TO RESIDENCES IN THE VICINITY OF FAFB. Key points: 1. Contract focuses on providing treated drinking water to residences near FAFB. 2. The contract is a firm-fixed-price definitive contract. 3. Duration of the contract is 367 days. 4. The contract was awarded to Brice Engineering, LLC. 5. The contract is not available for competition. 6. The contract is for remediation services.

Value Assessment

Rating: questionable

The contract value of $5.07 million for 367 days of hazardous remediation services appears to be within a reasonable range for specialized environmental work. However, without specific details on the scope of work, the number of residences affected, and the complexity of the remediation required, a definitive value-for-money assessment is difficult. Benchmarking against similar remediation projects for drinking water contamination would provide a clearer picture of cost-effectiveness. The firm-fixed-price structure suggests that cost overruns are the contractor's responsibility, which can be a positive indicator if the scope is well-defined.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed and was awarded on a sole-source basis. The justification for this approach is not provided in the available data. Sole-source awards can sometimes lead to higher prices due to the lack of competitive pressure. Without information on why this contract was not open to competition, it is difficult to assess the impact on price discovery and potential savings for the government.

Taxpayer Impact: The lack of competition for this contract means taxpayers may not have benefited from the potentially lower prices that could have resulted from a competitive bidding process.

Public Impact

Residents in the vicinity of FAFB will benefit from the provision of treated drinking water. The services delivered will ensure access to safe and potable water. The geographic impact is localized to the area surrounding FAFB. The contract supports public health and environmental safety initiatives.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The remediation services sector is a critical component of environmental management, addressing contamination and ensuring public safety. This contract falls under the broader environmental consulting and remediation industry, which is characterized by specialized expertise and regulatory compliance. The market size for hazardous waste remediation is substantial, driven by historical industrial activities and ongoing environmental protection efforts. This specific contract addresses a localized need for drinking water treatment, a vital service within the environmental sector.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false) and there is no information provided regarding subcontracting plans. Therefore, the direct impact on the small business ecosystem is likely minimal unless Brice Engineering, LLC, a small business itself, engages small businesses for subcontracting opportunities. Further investigation into subcontracting goals would be necessary to fully assess its impact.

Oversight & Accountability

Oversight mechanisms for this contract would typically involve the contracting officer's representative (COR) and the agency's procurement oversight bodies. Accountability measures are inherent in the firm-fixed-price contract type, which places the onus on the contractor to deliver services within the agreed-upon price. Transparency regarding the justification for the sole-source award and the detailed scope of work would enhance overall oversight. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

remediation-services, hazardous-waste, drinking-water, department-of-defense, department-of-the-army, firm-fixed-price, definitive-contract, sole-source, washington, environmental-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $5.1 million to BRICE ENGINEERING, LLC. HAZARDOUS REMEDIATION SERVICES TO BE PROVIDED INCLUDE: THE FULL RANGE OF METHODS, TECHNOLOGIES, AND SUPPORTING ACTIVITIES NECESSARY TO CONDUCT OPERATIONS/SERVICES EFFORTS TO PROVIDE TREATED DRINKING WATER TO RESIDENCES IN THE VICINITY OF FAFB.

Who is the contractor on this award?

The obligated recipient is BRICE ENGINEERING, LLC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $5.1 million.

What is the period of performance?

Start: 2026-01-06. End: 2027-01-08.

What is the specific nature of the hazardous contamination requiring remediation and treatment of drinking water near FAFB?

The provided data does not specify the exact nature of the hazardous contamination. It broadly states 'HAZARDOUS REMEDIATION SERVICES' are to be provided, including 'THE FULL RANGE OF METHODS, TECHNOLOGIES, AND SUPPORTING ACTIVITIES NECESSARY TO CONDUCT OPERATIONS/SERVICES EFFORTS TO PROVIDE TREATED DRINKING WATER TO RESIDENCES IN THE VICINITY OF FAFB.' To understand the full scope and risk, details on the contaminants (e.g., PFAS, heavy metals, industrial solvents), their source, concentration levels, and the specific treatment technologies to be employed would be crucial. This information is essential for assessing the complexity, duration, and ultimate cost-effectiveness of the remediation effort.

How does the awarded amount of $5.07 million compare to similar hazardous remediation contracts for drinking water treatment?

A direct comparison of the $5.07 million contract value is challenging without more specific data points. Benchmarking requires understanding the scale of the problem (number of affected residences, volume of water to be treated), the type and concentration of contaminants, the chosen remediation technologies, and the contract duration. For instance, a contract involving widespread PFAS contamination requiring advanced filtration systems over several years would naturally be more expensive than a localized issue with simpler treatment methods. To provide a robust comparison, data on the average cost per residence treated, cost per gallon of water treated, or cost per unit of contaminant removed for similar projects would be necessary. The current data lacks these granular details for a precise benchmark.

What is the justification for awarding this contract on a sole-source basis, and what are the implications for price discovery?

The provided data explicitly states the contract was 'NOT AVAILABLE FOR COMPETITION' and awarded as 'SOLE SOURCE.' However, the specific justification for this sole-source award is not detailed. Common reasons for sole-source contracts include unique capabilities of a single contractor, urgent and compelling needs where competition is not feasible, or specific national security requirements. The implication for price discovery is significant: without competitive bidding, the government loses the opportunity to solicit multiple proposals and negotiate based on the best value offered by various providers. This can potentially lead to higher prices than if the contract had been competed, as the contractor faces less pressure to offer the most competitive rate.

What are the potential risks associated with a firm-fixed-price contract for hazardous remediation services?

While a firm-fixed-price (FFP) contract aims to provide cost certainty, it carries specific risks in the context of hazardous remediation. The primary risk is that the contractor may underestimate the complexity or extent of the contamination, leading to scope creep or demands for contract modifications if unforeseen issues arise. If the FFP is set too low, the contractor might cut corners on quality or safety to maintain profitability, posing risks to public health and environmental outcomes. Conversely, if the FFP is set too high due to an overly cautious estimate or lack of competition, the government may overpay. Effective oversight and a clearly defined scope of work are crucial to mitigate these risks.

What is Brice Engineering, LLC's track record with similar hazardous remediation or drinking water treatment contracts?

The provided data identifies Brice Engineering, LLC as the awardee but does not offer details on their past performance, track record, or experience with similar hazardous remediation or drinking water treatment contracts. To assess the contractor's capability and reliability, a review of their past performance evaluations, previous contract history (especially with government agencies), and any relevant certifications or specialized expertise would be necessary. Without this information, it's difficult to gauge their suitability and the potential risks associated with awarding them this critical contract.

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 AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3700 CENTERPOINT DRIVE, ANCHORAGE, AK, 99503

Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $13,121,669

Exercised Options: $5,074,544

Current Obligation: $5,074,544

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Timeline

Start Date: 2026-01-06

Current End Date: 2027-01-08

Potential End Date: 2028-01-05 00:00:00

Last Modified: 2026-01-08

More Contracts from Brice Engineering, LLC

View all Brice Engineering, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending