Interior's $65.8K Wildlife Genetics Contract Awarded to Single Source
Contract Overview
Contract Amount: $65,800 ($65.8K)
Contractor: Wildlife Genetics International Inc
Awarding Agency: Department of the Interior
Start Date: 2023-03-22
End Date: 2026-06-20
Contract Duration: 1,186 days
Daily Burn Rate: $55/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MT-GRIZZLY BEAR REC-MOD 140F0621P0217
Place of Performance
Location: LIBBY, LINCOLN County, MONTANA, 59923
State: Montana Government Spending
Plain-Language Summary
Department of the Interior obligated $65,799.75 to WILDLIFE GENETICS INTERNATIONAL INC for work described as: MT-GRIZZLY BEAR REC-MOD 140F0621P0217 Key points: 1. Contract awarded to Wildlife Genetics International Inc. for $65,799.75. 2. Service category is 'Other Scientific and Technical Consulting Services'. 3. Contract duration is 1186 days, ending June 20, 2026. 4. No small business participation noted. 5. Awarded as a Purchase Order under a non-competitive process.
Value Assessment
Rating: questionable
The contract value of $65,799.75 for 'Other Scientific and Technical Consulting Services' appears reasonable for a multi-year engagement. However, without specific details on the services rendered, a direct pricing comparison is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
The contract was not competed, indicating a sole-source award. This limits price discovery and potentially leads to higher costs for taxpayers compared to a competitive bidding process.
Taxpayer Impact: The lack of competition may result in a higher cost to taxpayers than if multiple vendors had vied for the contract.
Public Impact
Impacts wildlife research and conservation efforts funded by the Department of the Interior. Potential for reduced innovation due to lack of competitive pressure. Taxpayer funds are allocated without a clear demonstration of best value through competition.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition
- Lack of small business participation
- Potential for inflated pricing due to non-competition
Positive Signals
- Clear contract duration and end date
- Fixed price contract type provides cost certainty
Sector Analysis
This contract falls under scientific and technical consulting services, a broad category. Benchmarks for this sector vary widely based on specialization. The value appears modest for a multi-year federal contract in this space.
Small Business Impact
The contract was not awarded to a small business, and there is no indication of subcontracting opportunities for small businesses. This represents a missed opportunity to support small business growth within the federal contracting landscape.
Oversight & Accountability
The award was made via a Purchase Order, which typically involves less stringent oversight than larger contract vehicles. The sole-source nature warrants scrutiny to ensure the government received fair value.
Related Government Programs
- Other Scientific and Technical Consulting Services
- Department of the Interior Contracting
- U.S. Fish and Wildlife Service Programs
Risk Flags
- Sole-source award
- Lack of competition
- No small business participation
- Limited transparency on specific services
Tags
other-scientific-and-technical-consultin, department-of-the-interior, mt, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $65,799.75 to WILDLIFE GENETICS INTERNATIONAL INC. MT-GRIZZLY BEAR REC-MOD 140F0621P0217
Who is the contractor on this award?
The obligated recipient is WILDLIFE GENETICS INTERNATIONAL INC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (U.S. Fish and Wildlife Service).
What is the total obligated amount?
The obligated amount is $65,799.75.
What is the period of performance?
Start: 2023-03-22. End: 2026-06-20.
What specific scientific and technical consulting services are being provided under this contract, and how do they align with the U.S. Fish and Wildlife Service's mission?
The contract is for 'Other Scientific and Technical Consulting Services' awarded to Wildlife Genetics International Inc. While the specific services are not detailed in the provided data, they likely relate to genetic analysis or consultation supporting wildlife research, conservation, or management efforts undertaken by the U.S. Fish and Wildlife Service. Understanding the precise nature of these services is crucial for assessing their necessity and value to the agency's mission.
What justification was provided for the sole-source award, and what steps were taken to ensure fair and reasonable pricing without competition?
The data indicates the contract was 'NOT COMPETED,' suggesting a sole-source justification was likely made, possibly citing unique capabilities or urgent needs. However, without the specific justification document, it's impossible to verify. The government should have conducted a price analysis based on historical data, market research, or cost proposals to ensure the $65,799.75 price was fair and reasonable, despite the lack of competition.
What is the expected impact of these services on wildlife conservation efforts, and how will the effectiveness of the contractor's work be measured?
The effectiveness of the contractor's work is critical for the U.S. Fish and Wildlife Service's conservation goals. While the contract value is modest, the scientific insights gained could be significant. Performance metrics and deliverables should be clearly defined in the contract's statement of work to allow for objective evaluation of the contractor's contribution to wildlife research, population monitoring, or genetic diversity studies.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Other Scientific and Technical Consulting Services
Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&D › SPECIAL STUDIES - NOT R and D
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 182 BAKER ST, NELSON
Business Categories: Category Business, Corporate Entity Tax Exempt, Foreign-Owned and U.S.-Incorporated Business, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $113,262
Exercised Options: $65,800
Current Obligation: $65,800
Actual Outlays: $61,154
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2023-03-22
Current End Date: 2026-06-20
Potential End Date: 2028-06-20 00:00:00
Last Modified: 2026-04-10
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)