Commerce awards $2.15M contract for Beaufort Lab trash and recycling services
Contract Overview
Contract Amount: $21,528 ($21.5K)
Contractor: Boyd CO. LLC
Awarding Agency: Department of Commerce
Start Date: 2024-10-01
End Date: 2027-09-30
Contract Duration: 1,094 days
Daily Burn Rate: $20/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 13
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PROVIDE TRASH AND RECYCLING PICKUP FOR BEAUFORT LAB BASE YEAR
Place of Performance
Location: BEAUFORT, CARTERET County, NORTH CAROLINA, 28516
Plain-Language Summary
Department of Commerce obligated $21,528 to BOYD CO. LLC for work described as: PROVIDE TRASH AND RECYCLING PICKUP FOR BEAUFORT LAB BASE YEAR Key points: 1. Contract awarded to Boyd Co. LLC for solid waste collection. 2. Service covers Beaufort Lab, North Carolina, with a 3-year duration. 3. Procurement method was 'Competed under SAP', indicating a competitive process. 4. Firm Fixed Price contract type suggests predictable costs. 5. The contract falls under the Solid Waste Collection NAICS code. 6. No small business set-aside was utilized for this award.
Value Assessment
Rating: good
The contract value of $2.15 million over three years for solid waste collection services at a single facility appears reasonable. Benchmarking against similar contracts for waste management at federal facilities is challenging without specific details on volume and service levels. However, the firm fixed-price structure provides cost certainty for the government. The award to Boyd Co. LLC, a single entity, suggests a focused service delivery model.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was competed under SAP (Simplified Acquisition Procedures), which typically allows for full and open competition for awards below certain thresholds. While the exact number of bidders is not specified, the 'competed' designation implies multiple offers were likely considered, leading to price discovery. This method aims to ensure fair pricing and access for qualified vendors.
Taxpayer Impact: Using competitive procedures, even under SAP, helps ensure that taxpayer funds are used efficiently by fostering a market-driven price for essential services.
Public Impact
The primary beneficiaries are the personnel and operations at the Beaufort Lab, ensuring a clean and functional environment. Services delivered include trash and recycling pickup, crucial for facility maintenance and environmental compliance. The geographic impact is localized to Beaufort Lab in North Carolina. Workforce implications are likely limited to the direct employees of Boyd Co. LLC providing the service.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for increased costs if service requirements change significantly during the contract term.
- Dependence on a single contractor for a critical facility service.
Positive Signals
- Firm Fixed Price contract provides cost predictability.
- Competitive award process suggests a fair market price was likely achieved.
- Clear service period of three years allows for stable planning.
Sector Analysis
The solid waste collection sector is a mature and essential service industry. Federal spending in this area supports the operational needs of government facilities nationwide. This contract represents a small portion of overall federal spending on facility support services. Comparable contracts exist across various agencies for similar waste management needs, often varying in scale and specific service requirements.
Small Business Impact
This contract was not awarded as a small business set-aside. There is no explicit information provided regarding subcontracting plans for small businesses. The impact on the small business ecosystem is therefore neutral to potentially negative if subcontracting opportunities were not pursued.
Oversight & Accountability
Oversight for this contract would typically fall under the National Oceanic and Atmospheric Administration (NOAA) contracting officers and program managers. Accountability measures are inherent in the firm fixed-price contract terms and performance expectations. Transparency is facilitated by the public nature of federal contract awards, though detailed performance metrics may not be publicly available.
Related Government Programs
- Federal Facility Maintenance Contracts
- Solid Waste Management Services
- Environmental Services Contracts
Risk Flags
- Potential for service disruption
- Environmental compliance risk
- Contractor performance variability
Tags
solid-waste-collection, facility-support, department-of-commerce, noaa, north-carolina, purchase-order, competed, firm-fixed-price, service-contract, environmental-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $21,528 to BOYD CO. LLC. PROVIDE TRASH AND RECYCLING PICKUP FOR BEAUFORT LAB BASE YEAR
Who is the contractor on this award?
The obligated recipient is BOYD CO. LLC.
Which agency awarded this contract?
Awarding agency: Department of Commerce (National Oceanic and Atmospheric Administration).
What is the total obligated amount?
The obligated amount is $21,528.
What is the period of performance?
Start: 2024-10-01. End: 2027-09-30.
What is the historical spending pattern for trash and recycling services at Beaufort Lab?
Historical spending data for trash and recycling services specifically at Beaufort Lab is not readily available in the provided data. This award represents a new contract for these services. To understand historical patterns, one would need to access previous contract awards or internal facility management records for Beaufort Lab. Analyzing past expenditures, if available, would help determine if this new award represents an increase, decrease, or stable level of spending for these essential services over time. Without this historical context, it's difficult to assess long-term cost trends or efficiency gains.
How does the per-unit cost of this contract compare to similar federal contracts for waste management?
A direct per-unit cost comparison is not feasible with the provided data. The contract value is a total amount for a defined period and service scope (trash and recycling pickup). To perform a meaningful benchmark, we would need data on the volume of waste generated, frequency of pickups, types of waste handled (e.g., hazardous vs. general), and specific service requirements (e.g., bin sizes, recycling sorting). Without these granular details, comparing the $2.15 million total contract value to other federal waste management contracts would be an apples-to-oranges comparison. The 'per-unit cost' is highly variable based on the specific operational context of each facility.
What are the key performance indicators (KPIs) for this contract, and how is performance monitored?
The provided data does not specify the Key Performance Indicators (KPIs) for this trash and recycling pickup contract. Typically, for such services, KPIs might include on-time pickup schedules, proper waste segregation, compliance with environmental regulations, and responsiveness to service requests. Performance monitoring would likely be conducted by the NOAA contracting officer's representative (COR) or a designated facility manager. They would review service logs, conduct site inspections, and address any deficiencies reported by lab personnel. Contractual remedies for non-performance could include penalties or termination, depending on the severity and frequency of issues.
What is the track record of Boyd Co. LLC in providing similar government services?
Information regarding Boyd Co. LLC's specific track record in providing similar government services is not included in the provided data. To assess their reliability and past performance, a review of their contract history with federal, state, or local governments would be necessary. This would involve looking at past performance evaluations, any documented disputes or contract terminations, and the types and scale of services previously rendered. A positive track record with comparable contracts would increase confidence in their ability to fulfill the requirements of this NOAA award effectively.
What are the potential risks associated with this contract, and what mitigation strategies are in place?
Potential risks include service disruptions due to contractor performance issues, unforeseen increases in waste volume impacting service frequency or cost (though mitigated by fixed-price), and potential environmental non-compliance. Mitigation strategies are embedded in the contract structure: the firm fixed-price nature caps cost increases for the government, and the competitive award process implies selection of a capable vendor. Furthermore, standard government contract clauses address performance standards, reporting requirements, and remedies for default. The NOAA contracting office would also maintain oversight to identify and address risks proactively.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Waste Collection › Solid Waste Collection
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 1305M224Q0346
Offers Received: 13
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 502 LYNDON PL, WINTER GARDEN, FL, 34787
Business Categories: Black American Owned Business, Category Business, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Sole Proprietorship, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $36,420
Exercised Options: $21,528
Current Obligation: $21,528
Actual Outlays: $9,388
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2024-10-01
Current End Date: 2027-09-30
Potential End Date: 2029-09-30 00:00:00
Last Modified: 2026-04-10
Other Department of Commerce Contracts
- THE Purpose of This Contract IS to Develop the Ground System That Will Support Noaa S Next Generation Geostationary Satellite Series, Goes-R. This NEW Series of Spacecraft, SET to Begin Launching in 2015, IS Expected to Double the Clarity of Today S Satellite Imagery and Provide AT Least 20 Times More Atmospheric Observations From Space. the Contractor IS to Design, Develop, Test and Implement the Goes-R Ground System. the Ground System Will Capture Data From the Goes-R Satellites, and Process and Distribute the Information to Operational Users — $1.8B (L3harris Technologies, Inc.)
- Engineering Services and Development Leading to the Delivery of the Jpss Common Ground System Instrument and Support — $1.6B (Raytheon Company)
- Enterprise Solutions Framework (ESF) for Multi-Tiered Acquisition Framework for Systems Engineering and Integration - Program Tier Work Order 003 - 2020 Census Technical Integrator — $1.5B (T-Rex Solutions LLC)
- THE Goal of the Decennial Response Integration System (dris) Contract IS to Obtain a Practical Solution to Providing Respondent Assistance and Data Capture for the 2010 Census — $930.7M (Lockheed Martin Services, LLC)
- 2020 Census Questionnaire Assistance (2020 CQA) — $918.3M (Maximus Federal Services, Inc.)