Weston Solutions Inc. awarded $54.4M for Army support activities, with 4 delivery orders over 4 years

Contract Overview

Contract Amount: $54,409,669 ($54.4M)

Contractor: Weston Solutions Inc

Awarding Agency: Department of Defense

Start Date: 2017-10-18

End Date: 2022-01-17

Contract Duration: 1,552 days

Daily Burn Rate: $35.1K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: IGF::CT::IGF MINOR AND EMERGENCY REPAIR FUNDING BY

Place of Performance

Location: WEST CHESTER, CHESTER County, PENNSYLVANIA, 19380

State: Pennsylvania Government Spending

Plain-Language Summary

Department of Defense obligated $54.4 million to WESTON SOLUTIONS INC for work described as: IGF::CT::IGF MINOR AND EMERGENCY REPAIR FUNDING BY Key points: 1. Value for money appears reasonable given the contract duration and scope. 2. Full and open competition suggests a competitive bidding process. 3. Contract performance risk is moderate, indicated by the number of delivery orders. 4. This contract supports essential Army operations in Pennsylvania. 5. The contract falls within the broader category of support activities for oil and gas operations.

Value Assessment

Rating: good

The total award amount of $54.4 million spread over approximately 4 years and 4 delivery orders suggests a consistent, albeit not massive, level of activity. Benchmarking against similar support contracts for oil and gas operations would provide a clearer picture of value. However, the firm fixed-price structure generally indicates that the contractor bears the risk of cost overruns, which can be favorable for the government if managed effectively. The absence of specific performance metrics makes a definitive value assessment challenging without further data.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. This typically leads to a more robust price discovery process and potentially lower prices for the government. The fact that there were 4 delivery orders suggests that the initial award was a base contract with options or task orders exercised over time, which is common in competitive solicitations.

Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a competitive environment that drives down costs and encourages innovation from multiple vendors.

Public Impact

The U.S. Army benefits from essential support services for its operations. Services provided are related to oil and gas operations support. The geographic impact is concentrated in Pennsylvania. Workforce implications are likely related to specialized technical and operational roles.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader 'Support Activities for Oil and Gas Operations' sector, which encompasses a range of services essential for the exploration, extraction, and processing of oil and gas. While the specific nature of the Army's need isn't detailed, it likely involves specialized infrastructure or environmental support. Spending in this sector can fluctuate based on energy market dynamics and government infrastructure needs. Comparable spending benchmarks would typically be found within defense or energy sector analyses focusing on operational support services.

Small Business Impact

The data indicates this contract was not set aside for small businesses (sb: false). There is no explicit information on subcontracting plans. Without specific subcontracting requirements or goals, the direct impact on the small business ecosystem is likely minimal unless the prime contractor voluntarily engages small businesses in their supply chain.

Oversight & Accountability

Oversight mechanisms would typically involve the contracting officer's representative (COR) and the Defense Contract Management Agency (DCMA) to ensure performance, quality, and compliance with the firm fixed-price terms. Accountability is primarily driven by the contract's performance requirements and the potential for remedies if those are not met. Transparency is generally facilitated through contract databases like FPDS, though detailed performance reports are often internal.

Related Government Programs

Risk Flags

Tags

defense, department-of-the-army, weston-solutions-inc, firm-fixed-price, full-and-open-competition, support-activities-for-oil-and-gas-operations, pennsylvania, delivery-order, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $54.4 million to WESTON SOLUTIONS INC. IGF::CT::IGF MINOR AND EMERGENCY REPAIR FUNDING BY

Who is the contractor on this award?

The obligated recipient is WESTON SOLUTIONS 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 $54.4 million.

What is the period of performance?

Start: 2017-10-18. End: 2022-01-17.

What is the specific nature of the 'Support Activities for Oil and Gas Operations' provided to the Department of the Army?

The provided data does not specify the exact nature of the support activities. However, given the context of the Department of the Army and the NAICS code 213112 (Support Activities for Oil and Gas Operations), these services could range from environmental compliance and remediation at military installations that may have historical oil/gas operations, to specialized infrastructure maintenance or support related to energy resources critical for military readiness. Without further details from the contract award or performance reports, the precise services remain ambiguous but are linked to the oil and gas industry's operational support functions.

How does the $54.4 million award compare to typical spending for similar Army support contracts?

Comparing the $54.4 million award requires context on the specific services rendered and the duration of the contract. For a contract spanning over 4 years with 4 delivery orders, this amount averages approximately $13.6 million per year. This figure needs to be benchmarked against similar contracts for 'Support Activities for Oil and Gas Operations' awarded by the Department of the Army or other federal agencies. If the services are highly specialized or geographically constrained, the cost might be justified. However, without comparative data on contract size, scope, and duration for similar services, it is difficult to definitively state whether this award is high or low relative to market rates.

What are the key performance indicators (KPIs) used to assess the performance of Weston Solutions Inc. under this contract?

The provided data does not include specific Key Performance Indicators (KPIs) for this contract. Typically, for a firm fixed-price contract, performance is assessed against the defined scope of work, delivery schedules, and quality standards outlined in the contract's Statement of Work (SOW) or Performance Work Statement (PWS). The government would monitor adherence to these requirements. The number of delivery orders (4) and the contract duration (1552 days) suggest ongoing performance monitoring. However, without access to performance reports or contract details, specific KPIs and their assessment results are unavailable.

What is the track record of Weston Solutions Inc. in performing similar government contracts, particularly within the defense sector?

Weston Solutions Inc. has a history of performing government contracts, including those with the Department of Defense. While this specific contract is for $54.4 million over approximately 4 years, their broader portfolio likely includes various environmental, engineering, and construction services for federal agencies. A comprehensive assessment of their track record would involve reviewing past performance evaluations, contract completion history, and any instances of disputes or corrective actions on previous government awards. The fact that they were awarded this contract through full and open competition suggests they met the qualifications and demonstrated capability to perform the required services.

Are there any identified risks associated with this contract, such as cost overruns or performance deficiencies, given the firm fixed-price structure?

The firm fixed-price (FFP) contract structure inherently shifts the risk of cost overruns to the contractor, Weston Solutions Inc. This is generally a positive indicator for the government, as it caps the financial liability. However, risks can still arise. Performance deficiencies are a potential risk if the contractor fails to meet the quality standards or delivery timelines specified in the contract. Scope creep, where the requirements expand beyond the original agreement without a formal modification and price adjustment, could also pose a risk if not managed carefully by the government's contracting officer. The presence of 4 delivery orders over the contract's life suggests a need for consistent oversight to ensure each task order is executed successfully and within the agreed-upon terms.

Industry Classification

NAICS: Mining, Quarrying, and Oil and Gas ExtractionSupport Activities for MiningSupport Activities for Oil and Gas Operations

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: W912DY17R0004

Offers Received: 4

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Weston Solutions Holdings, Inc.

Address: 1400 WESTON WAY, WEST CHESTER, PA, 19380

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $54,409,669

Exercised Options: $54,409,669

Current Obligation: $54,409,669

Subaward Activity

Number of Subawards: 532

Total Subaward Amount: $35,222,116

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: W912DY13G0006

IDV Type: BOA

Timeline

Start Date: 2017-10-18

Current End Date: 2022-01-17

Potential End Date: 2022-01-17 00:00:00

Last Modified: 2023-06-07

More Contracts from Weston Solutions Inc

View all Weston Solutions Inc federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending