Interior's $408K contract for aerosol can disposal in Oregon awarded to Advanced Chemical Transport LLC

Contract Overview

Contract Amount: $40,808 ($40.8K)

Contractor: Advanced Chemical Transport LLC

Awarding Agency: Department of the Interior

Start Date: 2025-09-08

End Date: 2026-08-31

Contract Duration: 357 days

Daily Burn Rate: $114/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: AEROSOL CAN DISPOSAL, WESTSIDE OREGON, BLM WESTSIDE OREGON DISTRICTS (MULTIPLE DISTRICTS);

Place of Performance

Location: SALEM, MARION County, OREGON, 97306

State: Oregon Government Spending

Plain-Language Summary

Department of the Interior obligated $40,808.02 to ADVANCED CHEMICAL TRANSPORT LLC for work described as: AEROSOL CAN DISPOSAL, WESTSIDE OREGON, BLM WESTSIDE OREGON DISTRICTS (MULTIPLE DISTRICTS); Key points: 1. The contract value appears reasonable for hazardous waste disposal services over a 357-day period. 2. Competition dynamics indicate a potentially efficient price discovery process. 3. The firm fixed-price contract type mitigates cost overrun risks for the government. 4. Performance is tied to specific locations within the Bureau of Land Management's Westside Oregon Districts. 5. This contract falls within the hazardous waste treatment and disposal sector.

Value Assessment

Rating: good

The contract value of approximately $408,000 for aerosol can disposal over roughly one year seems within a reasonable range for specialized hazardous waste management. Benchmarking against similar contracts for hazardous waste treatment and disposal services across federal agencies suggests that pricing for this type of service can vary significantly based on volume, location, and specific waste streams. However, without more granular data on the quantity of aerosol cans or the specific disposal methods required, a precise value-for-money assessment is challenging. The firm fixed-price structure provides cost certainty.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This contract was competed under the Simplified Acquisition Procedures (SAP), which typically involves a limited number of bidders for procurements below a certain threshold. While the data indicates 3 bidders participated, the specific nature of the competition (e.g., whether it was a Request for Quotation or a specific solicitation) is not detailed. Limited competition can sometimes lead to less aggressive pricing compared to full and open competition, but SAP is designed to balance efficiency with fair opportunity.

Taxpayer Impact: For taxpayers, limited competition under SAP aims to ensure that funds are used efficiently for smaller procurements while still providing some level of market vetting. The presence of multiple bidders suggests that the price likely reflects a competitive market, even if not fully open.

Public Impact

The primary beneficiaries are the Bureau of Land Management's Westside Oregon Districts, which will receive compliant disposal of hazardous aerosol cans. The service delivered is the treatment and disposal of hazardous waste, specifically aerosol cans. The geographic impact is concentrated within the state of Oregon, serving multiple BLM districts. This contract supports environmental compliance and potentially local jobs in the hazardous waste management sector.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for increased costs if the volume of aerosol cans exceeds initial estimates.
  • Dependence on the contractor's ability to meet stringent hazardous waste disposal regulations.
  • Geographic dispersion of work across multiple districts could add logistical complexity.

Positive Signals

  • Firm fixed-price contract limits the government's exposure to cost increases.
  • Contract awarded to a specialized hazardous waste transport company.
  • Clear performance period and defined service requirements.

Sector Analysis

The hazardous waste treatment and disposal sector is a critical component of environmental services, ensuring compliance with regulations for managing potentially harmful materials. This contract fits within the broader environmental services market, which includes waste collection, treatment, disposal, and remediation. Federal spending in this area is driven by the need to manage waste generated by government operations, including land management agencies like the BLM. Comparable spending benchmarks are difficult to establish without specific details on waste volume and type, but the overall market for hazardous waste management is substantial.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a set-aside provision. The prime contractor, Advanced Chemical Transport LLC, is likely a small or medium-sized business itself, but this contract was not awarded under a small business set-aside program.

Oversight & Accountability

Oversight for this contract will primarily reside with the Bureau of Land Management (BLM) contracting officers and program managers. As a purchase order issued under SAP, the oversight mechanisms are typically less formal than for larger, more complex contracts. Accountability measures will be tied to the delivery of services as specified in the purchase order, including timely and compliant disposal. Transparency is generally maintained through contract databases like FPDS, where basic award information is publicly available.

Related Government Programs

  • Hazardous Waste Management Services
  • Environmental Remediation Services
  • Department of the Interior Contracts
  • Bureau of Land Management Operations

Risk Flags

  • Limited competition may impact price discovery.
  • Potential for volume fluctuations affecting cost-effectiveness.
  • Environmental compliance risks inherent in hazardous waste disposal.

Tags

hazardous-waste-disposal, aerosol-cans, bureau-of-land-management, department-of-the-interior, oregon, purchase-order, firm-fixed-price, simplified-acquisition-procedures, environmental-services, limited-competition

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $40,808.02 to ADVANCED CHEMICAL TRANSPORT LLC. AEROSOL CAN DISPOSAL, WESTSIDE OREGON, BLM WESTSIDE OREGON DISTRICTS (MULTIPLE DISTRICTS);

Who is the contractor on this award?

The obligated recipient is ADVANCED CHEMICAL TRANSPORT LLC.

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 $40,808.02.

What is the period of performance?

Start: 2025-09-08. End: 2026-08-31.

What is the track record of Advanced Chemical Transport LLC in performing federal contracts, particularly for hazardous waste disposal?

A review of federal procurement data (e.g., FPDS) would be necessary to assess the track record of Advanced Chemical Transport LLC. This would involve examining past contract awards, performance evaluations (if available), and any history of contract disputes or terminations. Without specific data on their past federal performance, it's difficult to definitively assess their reliability and experience in handling hazardous waste disposal for government agencies. However, their selection for this contract suggests they met the agency's requirements at the time of award.

How does the per-unit cost of aerosol can disposal compare to industry benchmarks or similar federal contracts?

Determining a precise per-unit cost benchmark is challenging without knowing the exact quantity and type of aerosol cans to be disposed of, as well as the specific disposal methods employed. Federal contracts for hazardous waste disposal can vary widely in price based on these factors. If this contract involves a significant volume, the price per can might be competitive. However, a detailed analysis would require comparing the total contract value against the estimated number of cans or the total weight/volume of hazardous material handled, and then benchmarking that against publicly available data for similar services.

What are the primary risks associated with this contract, and how are they being mitigated?

Key risks include potential cost overruns if the volume of aerosol cans exceeds projections, environmental non-compliance during transport or disposal, and contractor performance issues. The firm fixed-price contract mitigates cost overrun risk for the government. Mitigation for environmental compliance and performance issues would rely on the BLM's oversight, adherence to strict disposal protocols by the contractor, and potential penalties for non-performance. The limited competition aspect could also pose a risk if it leads to suboptimal pricing, though the presence of three bidders suggests some market pressure.

How effective is the Simplified Acquisition Procedure (SAP) in ensuring value for money for this type of service?

SAP is designed to streamline the procurement process for acquisitions below the simplified acquisition threshold, balancing efficiency with competition. For a service like aerosol can disposal, where specialized handling is required, SAP can be effective if the solicitation is well-defined and attracts adequate competition. The fact that three bids were received suggests that the market for this service is responsive to SAP solicitations. However, the value for money ultimately depends on the specific pricing obtained relative to the quality and scope of services delivered, which requires ongoing monitoring.

What is the historical spending pattern for aerosol can disposal or similar hazardous waste services by the Bureau of Land Management?

Analyzing historical spending patterns for aerosol can disposal by the BLM would require accessing historical procurement data. This would involve searching for previous contracts awarded for similar services, noting the award amounts, contract durations, and the contractors involved. Understanding past spending can help contextualize the current $408,000 award, revealing whether this represents an increase, decrease, or stable level of expenditure for this specific service. It can also highlight trends in contractor selection and pricing over time.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesWaste Treatment and DisposalHazardous Waste Treatment and Disposal

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Solicitation ID: 140L4325Q0124

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 967 MABURY RD, SAN JOSE, CA, 95133

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $227,089

Exercised Options: $40,808

Current Obligation: $40,808

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2025-09-08

Current End Date: 2026-08-31

Potential End Date: 2030-08-31 00:00:00

Last Modified: 2026-04-02

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending