Commerce awards $1.26M contract for Raccoon Island design and bid support, highlighting remediation services
Contract Overview
Contract Amount: $126,251 ($126.3K)
Contractor: Baird-Stantec Joint Venture
Awarding Agency: Department of Commerce
Start Date: 2026-07-01
End Date: 2027-09-29
Contract Duration: 455 days
Daily Burn Rate: $277/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: A/E SERVICES FOR THE COMPLETION OF THE DESIGN AND BID SUPPORT SERVICES FOR THE RACCOON ISLAND CONSTRUCTION PROJECT
Place of Performance
Location: FITCHBURG, DANE County, WISCONSIN, 53719
Plain-Language Summary
Department of Commerce obligated $126,251 to BAIRD-STANTEC JOINT VENTURE for work described as: A/E SERVICES FOR THE COMPLETION OF THE DESIGN AND BID SUPPORT SERVICES FOR THE RACCOON ISLAND CONSTRUCTION PROJECT Key points: 1. Contract value appears reasonable for specialized design and bid support services. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract is for remediation services, indicating a focus on environmental cleanup. 4. Project duration is 455 days, aligning with typical design and support timelines. 5. The award is a delivery order, suggesting it's part of a larger indefinite-delivery contract.
Value Assessment
Rating: good
The contract value of $1.26 million for A/E services for design and bid support for the Raccoon Island project appears to be within a reasonable range for specialized environmental remediation projects. Benchmarking against similar contracts for design and bid support for complex construction or remediation efforts would provide further context. Without specific per-unit cost data or detailed scope breakdowns, a precise value-for-money assessment is challenging, but the overall award amount does not immediately suggest overpricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition after Exclusion of Sources,' which typically means the solicitation was broadly advertised, but specific sources may have been excluded based on pre-qualification or other criteria. The number of bidders is not provided, but the 'full and open' designation suggests a robust competition was intended. This approach generally aims to maximize the pool of potential offerors and encourage competitive pricing.
Taxpayer Impact: The use of full and open competition is generally favorable for taxpayers as it increases the likelihood of receiving competitive bids, potentially leading to lower prices and better value for the government.
Public Impact
The primary beneficiaries are likely the environmental remediation sector and potentially local communities impacted by the Raccoon Island site. The services delivered will include architectural and engineering design, as well as bid support, crucial for the successful execution of the Raccoon Island construction project. The geographic impact is focused on the Raccoon Island area, likely within Wisconsin given the 'st' code. The contract will support the workforce within the architectural, engineering, and construction management fields, particularly those specializing in environmental remediation.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific details on the number of bidders limits the assessment of competition intensity.
- The exclusion of sources, even if justified, warrants scrutiny to ensure it did not unduly restrict competition.
- Performance history of the contractor, BAIRD-STANTEC JOINT VENTURE, is not detailed here and should be reviewed for past performance on similar projects.
Positive Signals
- The use of 'Full and Open Competition' indicates an effort to ensure a broad and competitive selection process.
- The contract is for a critical remediation project, suggesting a commitment to environmental improvement.
- The award is a delivery order, implying it is part of an established contracting vehicle, which can streamline procurement.
Sector Analysis
The contract falls within the Environmental Remediation Services sector, a specialized area of the broader Construction and Engineering industry. This sector involves significant technical expertise and regulatory compliance. The market size for environmental remediation is substantial, driven by industrial legacy, regulatory mandates, and ongoing environmental protection efforts. This contract for design and bid support is a crucial early-stage component for a construction project within this sector.
Small Business Impact
The data indicates that small business participation is not a primary focus for this specific award, as the contractor is a joint venture and there is no explicit small business set-aside mentioned. Further investigation into subcontracting plans would be necessary to determine the extent of small business involvement. Without specific set-aside provisions, the direct impact on the small business ecosystem for this particular contract may be limited.
Oversight & Accountability
Oversight for this contract will likely be managed by the National Oceanic and Atmospheric Administration (NOAA) within the Department of Commerce. Accountability measures would be tied to the terms of the firm-fixed-price delivery order, including adherence to the design specifications and bid support timelines. Transparency is facilitated by the public nature of federal contract awards, though detailed internal oversight processes are not specified.
Related Government Programs
- Environmental Remediation Services
- Architectural and Engineering Services
- Construction Project Management
- Federal Design and Engineering Contracts
- NOAA Construction Projects
Risk Flags
- Potential for unforeseen site conditions impacting scope and cost.
- Contractor performance risk, especially for a joint venture.
- Adequacy of competition despite 'full and open' designation.
Tags
remediation-services, architectural-engineering, design-services, bid-support, environmental-remediation, department-of-commerce, noaa, firm-fixed-price, delivery-order, full-and-open-competition, wisconsin, construction
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $126,251 to BAIRD-STANTEC JOINT VENTURE. A/E SERVICES FOR THE COMPLETION OF THE DESIGN AND BID SUPPORT SERVICES FOR THE RACCOON ISLAND CONSTRUCTION PROJECT
Who is the contractor on this award?
The obligated recipient is BAIRD-STANTEC JOINT VENTURE.
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 $126,251.
What is the period of performance?
Start: 2026-07-01. End: 2027-09-29.
What is the specific nature of the Raccoon Island construction project and the environmental concerns it addresses?
The Raccoon Island construction project, for which BAIRD-STANTEC JOINT VENTURE has been awarded a contract for design and bid support, is related to remediation services. While the specific environmental concerns at Raccoon Island are not detailed in the provided data, such projects typically address contamination from historical industrial activities, hazardous waste disposal, or ecological damage. The National Oceanic and Atmospheric Administration (NOAA) is involved, suggesting the project may relate to coastal or marine environments, potentially involving cleanup of pollutants, restoration of habitats, or mitigation of environmental hazards to protect natural resources and public health. Further details on the site's history and specific contaminants would clarify the exact remediation goals.
How does the $1.26 million award compare to typical costs for similar A/E design and bid support services for environmental remediation projects?
The $1.26 million award for A/E services for design and bid support for the Raccoon Island project represents a significant investment in the initial phases of a remediation effort. Benchmarking this cost requires comparing it to similar projects of comparable complexity, scale, and environmental challenges. Factors influencing cost include the extent of site investigation needed, the complexity of the remediation technologies proposed, the regulatory environment, and the duration of the design and bidding phases. Without access to a database of comparable contract values for environmental remediation design and bid support, it is difficult to definitively state if this is high or low. However, for a project requiring specialized engineering and environmental expertise, this figure is not inherently unreasonable and suggests a substantial scope of work.
What are the potential risks associated with this contract, and how are they being mitigated?
Potential risks associated with this contract include scope creep, unforeseen site conditions, contractor performance issues, and delays in the design or bidding process. Given that this is for remediation services, the discovery of unexpected contaminants or complex geological issues could significantly impact the design and cost. Mitigation strategies likely involve the firm-fixed-price contract type, which shifts some cost risk to the contractor, and the 'full and open competition' approach, which aims to select a qualified and capable firm. The contract duration of 455 days also provides a defined timeline. However, specific risk mitigation plans detailed within the contract or by the agency are not provided in the summary data.
What is the track record of BAIRD-STANTEC JOINT VENTURE in performing similar environmental remediation design and bid support services?
The provided data identifies BAIRD-STANTEC JOINT VENTURE as the contractor but does not include specific details about their past performance or track record. To assess their suitability and reliability for this project, a review of their historical contracts, client feedback, and project outcomes would be necessary. Joint ventures can bring together specialized expertise, but their performance history is often a composite of the lead firms involved. Federal agencies typically conduct pre-award reviews of contractor past performance. Without this specific information, it's assumed the agency performed due diligence, but an independent assessment would require access to performance evaluations and project portfolios.
How does this contract fit into the broader spending patterns of the National Oceanic and Atmospheric Administration (NOAA) for environmental projects?
This contract for A/E services for the Raccoon Island remediation project represents a component of NOAA's broader mission related to environmental stewardship and coastal management. NOAA's budget often includes significant allocations for scientific research, climate monitoring, and the protection and restoration of marine and coastal ecosystems. Spending on remediation projects like this one is crucial for addressing legacy environmental issues that can impact these ecosystems. While the specific dollar amount of $1.26 million is modest in the context of NOAA's overall budget, it signifies a commitment to addressing specific environmental challenges within their purview. Analyzing historical NOAA spending on similar remediation and restoration efforts would provide context on the scale and frequency of such contracts.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Remediation and Other Waste Management Services › Remediation Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-ENG SVCS - GENERAL
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: ARCHITECT-ENGINEER FAR 6.102
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2924 MARKETPLACE DR, FITCHBURG, WI, 53719
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $126,251
Exercised Options: $126,251
Current Obligation: $126,251
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 1305M323DNFFK0015
IDV Type: IDC
Timeline
Start Date: 2026-07-01
Current End Date: 2027-09-29
Potential End Date: 2027-09-29 00:00:00
Last Modified: 2026-04-07
More Contracts from Baird-Stantec Joint Venture
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.)