Interior Department's $75,000 Noxious Weed Control Contract in Utah Raises Questions on Competition and Value
Contract Overview
Contract Amount: $75,000 ($75.0K)
Contractor: Kane County
Awarding Agency: Department of the Interior
Start Date: 2021-09-13
End Date: 2026-09-12
Contract Duration: 1,825 days
Daily Burn Rate: $41/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NOXIOUS WEED CONTROL IN KANE COUNTY (UTAH)
Place of Performance
Location: KANAB, KANE County, UTAH, 84741
State: Utah Government Spending
Plain-Language Summary
Department of the Interior obligated $75,000 to KANE COUNTY for work described as: NOXIOUS WEED CONTROL IN KANE COUNTY (UTAH) Key points: 1. The contract's value-for-money is difficult to assess due to the lack of competitive bidding. 2. Limited competition for this service may have led to suboptimal pricing. 3. The sole-source nature of the award presents a potential risk indicator for future procurements. 4. Performance context is limited as this is a new contract for weed control services. 5. This contract falls within the broader category of environmental services and land management. 6. The fixed-price structure offers some cost certainty, but the absence of competition hinders true value assessment.
Value Assessment
Rating: questionable
Benchmarking the value of this $75,000 contract is challenging without competitive bids. The price is set without market validation, making it difficult to determine if it represents a fair market rate. Compared to similar, competitively bid noxious weed control contracts, this award may not reflect the best possible value for taxpayers. The firm fixed-price nature provides cost predictability, but the lack of competition prevents a robust assessment of cost-effectiveness.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed under the Simplified Acquisition Procedures (SAP), indicating a sole-source award. The absence of a competitive process means there were no multiple bidders vying for the contract. This lack of competition limits price discovery and may result in a higher cost than if multiple vendors had submitted proposals.
Taxpayer Impact: Taxpayers may be paying a premium for these services due to the absence of competitive pressure. Without bids from multiple vendors, it's impossible to ensure the most cost-effective solution was secured.
Public Impact
Local residents and land managers in Kane County, Utah, will benefit from improved land health. The contract will deliver essential services for soil preparation, planting, and cultivating to control noxious weeds. The geographic impact is focused on Kane County, Utah, a region facing challenges with invasive plant species. The contract may support local employment in the agricultural and environmental services sector within Utah.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to inflated prices.
- Sole-source awards can indicate potential issues with market research or planning.
- Limited transparency in the procurement process hinders accountability.
Positive Signals
- Firm fixed-price contract provides cost certainty.
- Contract addresses a specific environmental need for land management.
- Awarded to a vendor for services in a defined geographic area.
Sector Analysis
This contract for noxious weed control falls under the environmental services and land management sector. This sector is crucial for maintaining ecological balance, supporting agriculture, and preserving natural resources. Spending in this area can vary significantly based on geographic needs, environmental policies, and the prevalence of invasive species. Comparable spending benchmarks are difficult to establish without more specific service details and competitive data, but such contracts are common across federal agencies managing public lands.
Small Business Impact
This contract was awarded as a sole-source purchase order and does not appear to have a small business set-aside component. There is no indication of subcontracting requirements for small businesses. The lack of set-aside means that opportunities for small businesses to compete for this specific contract were not prioritized.
Oversight & Accountability
Oversight for this contract would primarily fall under the Bureau of Land Management (BLM), a division of the Department of the Interior. Accountability measures are inherent in the contract terms, particularly the firm fixed-price structure, which obligates the contractor to deliver specific services. Transparency is limited due to the sole-source nature of the award, with fewer public details available compared to competed contracts. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Bureau of Land Management Land Management Contracts
- Department of the Interior Environmental Services
- Noxious Weed Management Programs
- Federal Land Stewardship Contracts
Risk Flags
- Sole-source procurement
- Lack of competitive bidding
- Potential for non-competitive pricing
- Limited transparency in award process
Tags
other, department-of-the-interior, bureau-of-land-management, purchase-order, firm-fixed-price, sole-source, environmental-services, land-management, noxious-weed-control, utah, kane-county, small-value
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $75,000 to KANE COUNTY. NOXIOUS WEED CONTROL IN KANE COUNTY (UTAH)
Who is the contractor on this award?
The obligated recipient is KANE COUNTY.
Which agency awarded this contract?
Awarding agency: Department of the Interior (Bureau of Land Management).
What is the total obligated amount?
The obligated amount is $75,000.
What is the period of performance?
Start: 2021-09-13. End: 2026-09-12.
What is the track record of the contractor, KANE COUNTY, in performing similar federal contracts?
Information regarding KANE COUNTY's specific track record with federal contracts of this nature is not readily available within the provided data. As a county entity, its primary focus is likely on local and state government contracts. To assess its suitability for this federal award, a deeper dive into its past performance, client references, and any history of successful completion of similar environmental or land management projects would be necessary. Without this data, it's difficult to gauge their experience and reliability in fulfilling the terms of this Department of the Interior contract.
How does the $75,000 contract value compare to similar competitively bid noxious weed control contracts?
Direct comparison of the $75,000 contract value to similar competitively bid contracts is challenging due to the sole-source nature of this award. Competitive bidding typically drives prices down, meaning a sole-source contract might be higher than what could be achieved through open competition. Without data on the scope of work, duration, and specific services rendered in comparable competitively bid contracts, a precise benchmark is elusive. However, the absence of competition inherently raises concerns that this price may not represent the best value achievable in a market with multiple bidders.
What are the primary risks associated with awarding a sole-source contract for noxious weed control?
The primary risks associated with awarding a sole-source contract for noxious weed control include potential overpayment, reduced service quality, and a lack of innovation. Without competition, the contractor faces less pressure to offer the most competitive pricing, potentially leading to higher costs for the government. Furthermore, the absence of multiple bidders means the government cannot leverage the diverse approaches and technologies that different companies might offer, potentially limiting the effectiveness of the weed control efforts. There's also a risk that the chosen contractor may not be the most qualified or efficient provider, as their selection was not validated against market alternatives.
How effective are federal programs focused on noxious weed control in general?
Federal programs focused on noxious weed control are generally considered essential for preserving biodiversity, protecting agricultural lands, and maintaining the ecological integrity of public lands. Their effectiveness hinges on several factors, including adequate funding, integrated management strategies (combining chemical, biological, and mechanical methods), early detection and rapid response, and public engagement. When well-resourced and strategically implemented, these programs can significantly reduce the spread of invasive species, restore native habitats, and prevent economic losses in agriculture. However, challenges such as vast land areas, limited resources, and the persistent nature of many weeds can hinder complete eradication, making ongoing management crucial.
What is the historical spending pattern for noxious weed control by the Bureau of Land Management?
Historical spending patterns for noxious weed control by the Bureau of Land Management (BLM) indicate a consistent and significant investment in managing invasive plant species across its vast land holdings. While specific annual figures fluctuate based on budget allocations, environmental conditions, and program priorities, the BLM typically allocates substantial resources to this area. This spending is distributed across various methods, including chemical treatments, mechanical removal, and reseeding with native species. The agency often collaborates with state and local partners, further complicating a simple analysis of direct BLM spending but highlighting the ongoing commitment to addressing this persistent environmental challenge.
What are the potential implications of this contract's duration (1825 days) on cost and effectiveness?
The contract's duration of 1825 days (approximately 5 years) for noxious weed control suggests a long-term commitment to managing this issue in Kane County, Utah. For cost, a longer duration can sometimes lead to better unit pricing if the contractor can achieve economies of scale or plan more efficiently. However, without competition, it's difficult to ascertain if this long-term commitment is truly cost-effective. In terms of effectiveness, a multi-year contract allows for sustained efforts, which is often necessary for successful weed management, as eradication can take multiple seasons. It enables the contractor to implement integrated pest management strategies and monitor progress over time, potentially leading to better long-term control than short-term, piecemeal efforts.
Industry Classification
NAICS: Agriculture, Forestry, Fishing and Hunting › Support Activities for Crop Production › Soil Preparation, Planting, and Cultivating
Product/Service Code: NATURAL RESOURCES MANAGEMENT › NATURAL RESOURCE CONSERVERVAT SVCS
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 971 E KANEPLEX DR, KANAB, UT, 84741
Business Categories: Category Business, Government, U.S. Local Government, U.S. National Government, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $75,000
Exercised Options: $75,000
Current Obligation: $75,000
Actual Outlays: $60,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2021-09-13
Current End Date: 2026-09-12
Potential End Date: 2026-09-12 00:00:00
Last Modified: 2026-04-01
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.)