Interior's $47.4M waste services contract awarded to BFI Waste Services, LLC, with no competition
Contract Overview
Contract Amount: $47,408 ($47.4K)
Contractor: BFI Waste Services, LLC
Awarding Agency: Department of the Interior
Start Date: 2025-09-19
End Date: 2031-09-23
Contract Duration: 2,195 days
Daily Burn Rate: $22/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NCR-NAMA: DUMP TRANSFER STATION SITE - NAMA
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20024
Plain-Language Summary
Department of the Interior obligated $47,407.5 to BFI WASTE SERVICES, LLC for work described as: NCR-NAMA: DUMP TRANSFER STATION SITE - NAMA Key points: 1. Contract awarded on a sole-source basis, raising questions about potential overpayment and lack of market-driven pricing. 2. The duration of the contract (over 6 years) suggests a long-term need for these services. 3. The fixed-price nature of the contract provides cost certainty but may limit flexibility. 4. The absence of competition limits opportunities for small businesses to participate. 5. Performance context is limited due to the lack of comparative data from a competitive bidding process. 6. Sector positioning within solid waste management indicates a critical operational need for the National Park Service.
Value Assessment
Rating: questionable
Without a competitive bidding process, it is difficult to benchmark the value for money. The $47.4 million price tag over six years suggests a significant investment in waste management services. A comparison to similar contracts for solid waste disposal in the District of Columbia or other major metropolitan areas would be necessary to assess if this pricing is competitive. The lack of competition inherently introduces a risk of paying a premium.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded using a sole-source justification, meaning it was not competed. This indicates that the agency identified a single source believed to be capable of meeting the requirement. The lack of multiple bidders means there was no opportunity for price discovery through market forces, potentially leading to higher costs for the government.
Taxpayer Impact: Taxpayers may be paying more than necessary due to the absence of competitive pressure to drive down prices. The government did not leverage the benefits of a competitive market to secure the best possible value.
Public Impact
The National Park Service facilities in the District of Columbia will benefit from reliable waste disposal services. Essential services for maintaining environmental cleanliness and public health within national park areas. Geographic impact is concentrated within the District of Columbia. Potential workforce implications for BFI Waste Services, LLC, in terms of staffing and operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits opportunities for other vendors and potentially small businesses.
- Lack of competition raises concerns about price reasonableness and potential for overpayment.
- Long contract duration may not adapt well to changing waste management technologies or regulations.
Positive Signals
- Ensures continuity of essential waste management services for the National Park Service.
- Fixed-price contract provides budget certainty for the agency.
- Award to an established provider (BFI Waste Services, LLC) may indicate confidence in their operational capabilities.
Sector Analysis
The solid waste management industry is a critical component of public infrastructure, encompassing collection, transfer, recycling, and disposal services. This contract falls within the Solid Waste Landfill (NAICS 562212) category. The market for waste management services is often characterized by regional monopolies or oligopolies due to the high capital costs and logistical complexities involved in establishing and operating landfills and transfer stations. Government contracts in this sector are essential for maintaining public health and environmental standards.
Small Business Impact
The sole-source nature of this award means there was no opportunity for small businesses to compete for the prime contract. Furthermore, without a competitive bidding process, there is no explicit requirement for subcontracting with small businesses. This limits the direct economic benefit to the small business ecosystem from this particular contract.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of the Interior's contracting and financial management offices. The National Park Service is responsible for ensuring contract performance aligns with the stated requirements. Transparency is limited due to the sole-source nature, and specific Inspector General jurisdiction would depend on the nature of any potential issues or audits initiated by the agency.
Related Government Programs
- Solid Waste Management Services
- Department of the Interior Contracts
- National Park Service Operations
- District of Columbia Government Services
Risk Flags
- Sole-source award lacks competitive justification.
- Potential for overpayment due to lack of competition.
- Limited transparency in the procurement process.
- No small business subcontracting opportunities mandated.
Tags
other, department-of-the-interior, national-park-service, district-of-columbia, purchase-order, firm-fixed-price, sole-source, waste-management, solid-waste-landfill, operational-support
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $47,407.5 to BFI WASTE SERVICES, LLC. NCR-NAMA: DUMP TRANSFER STATION SITE - NAMA
Who is the contractor on this award?
The obligated recipient is BFI WASTE SERVICES, LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (National Park Service).
What is the total obligated amount?
The obligated amount is $47,407.5.
What is the period of performance?
Start: 2025-09-19. End: 2031-09-23.
What is the track record of BFI Waste Services, LLC with federal contracts, particularly with the Department of the Interior or National Park Service?
Information regarding BFI Waste Services, LLC's specific track record with federal contracts, especially with the Department of the Interior or National Park Service, is not detailed in the provided data. A comprehensive review would require accessing federal procurement databases like SAM.gov or FPDS to analyze past performance, contract values, and any reported issues or awards. Generally, BFI is a large waste management company operating in various regions, and its federal contracting history would reflect its capacity and experience in handling government service agreements. Without specific data, it's assumed the agency selected BFI based on prior positive experiences or perceived capability for this sole-source award.
How does the $47.4 million contract value compare to similar solid waste management contracts awarded by federal agencies in major metropolitan areas?
Benchmarking this $47.4 million contract requires comparing it to similar solid waste management contracts, specifically for landfill and transfer station services, awarded by federal agencies in comparable metropolitan areas like Washington D.C. The provided data lacks this comparative context. However, given the sole-source nature, there's an inherent risk that this value might be higher than what could be achieved through competitive bidding. Factors influencing cost include contract duration, scope of services (collection, transport, disposal), landfill capacity, and regulatory compliance requirements. A detailed analysis would involve querying procurement databases for contracts with similar scope, duration, and geographic focus to establish a fair market price range.
What are the specific risks associated with awarding a sole-source contract for essential waste management services?
The primary risk associated with a sole-source award for essential waste management services is the potential for inflated costs due to the lack of competitive pressure. Without competing bids, the government may overpay for the services. Another risk is reduced innovation, as there is less incentive for the sole provider to adopt cost-saving technologies or more efficient practices. Furthermore, reliance on a single provider can create vulnerability if that provider experiences operational issues, financial distress, or fails to meet performance standards. The agency also misses opportunities to foster competition and potentially engage smaller, more agile service providers.
What is the expected effectiveness of this contract in ensuring reliable waste disposal for the National Park Service in D.C.?
The effectiveness of this contract in ensuring reliable waste disposal for the National Park Service in D.C. is expected to be high, assuming BFI Waste Services, LLC has a strong operational history and capacity. The contract's long duration (over six years) and firm fixed-price structure are designed to provide stability and predictability for essential services. The National Park Service likely selected BFI based on its perceived ability to consistently meet the demanding requirements of waste management in an urban environment. However, effectiveness is contingent on ongoing performance monitoring by the agency to ensure service levels are maintained and any potential issues are promptly addressed.
What are the historical spending patterns for solid waste management services by the Department of the Interior or National Park Service?
Historical spending patterns for solid waste management services by the Department of the Interior or National Park Service are not detailed in the provided data. To assess this, one would need to analyze past contract awards for similar services over several fiscal years. This would involve looking at the total amount spent, the number of contracts awarded, the types of services procured (e.g., collection, landfill, recycling), and the primary contractors. Understanding historical spending can help identify trends, potential cost efficiencies, and whether this $47.4 million award represents an increase or decrease in investment for these services.
What specific justification was provided for the sole-source award, and does it meet federal procurement regulations (e.g., FAR Part 6)?
The provided data indicates the contract was 'NOT COMPETED' and awarded as a 'PURCHASE ORDER,' suggesting a sole-source justification was used. Federal Acquisition Regulation (FAR) Part 6 outlines the policies and procedures for contracting without full and open competition. Common justifications include the availability of only one responsible source, or a public exigency. Without the specific justification document, it's impossible to verify if it meets FAR requirements. Agencies must demonstrate that no other sources can satisfy the requirement or that competition is not feasible. The burden of proof for sole-source justifications is high, and they are subject to review.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Waste Treatment and Disposal › Solid Waste Landfill
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
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
Parent Company: Republic Services Inc
Address: 300 RITCHIE RD, CAPITOL HEIGHTS, MD, 20743
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $142,545
Exercised Options: $47,408
Current Obligation: $47,408
Actual Outlays: $5,705
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-09-19
Current End Date: 2031-09-23
Potential End Date: 2031-09-23 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.)