FPM Group Ltd Awarded $1.25M for Cesspool Removal Design Services by National Park Service
Contract Overview
Contract Amount: $125,159 ($125.2K)
Contractor: FPM Group Ltd
Awarding Agency: Department of the Interior
Start Date: 2025-09-18
End Date: 2026-09-24
Contract Duration: 371 days
Daily Burn Rate: $337/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FIIS CESSPOOL REMOVAL DESIGN
Place of Performance
Location: OCEAN BEACH, SUFFOLK County, NEW YORK, 11770
State: New York Government Spending
Plain-Language Summary
Department of the Interior obligated $125,159 to FPM GROUP LTD for work described as: FIIS CESSPOOL REMOVAL DESIGN Key points: 1. Contract awarded through full and open competition, suggesting a competitive bidding process. 2. The contract is a delivery order under a larger contract, indicating potential for follow-on work. 3. The fixed-price nature of the contract shifts performance risk to the contractor. 4. The duration of 371 days provides a clear timeframe for service delivery. 5. The contract is for engineering services, a critical component of infrastructure projects. 6. The award to FPM GROUP LTD signifies a specific capability within the engineering services sector.
Value Assessment
Rating: good
The contract value of $1.25 million for cesspool removal design services appears reasonable given the scope and duration. Benchmarking against similar engineering design contracts for environmental remediation projects would provide a more precise value-for-money assessment. The firm-fixed-price structure is generally favorable for the government when requirements are well-defined, as it caps the total cost.
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 implies that while the competition was open, specific sources may have been excluded prior to the solicitation. This suggests a potentially competitive process, but the exclusion criteria warrant further investigation to understand the impact on the breadth of competition. The number of bidders is not specified, which limits a detailed analysis of price discovery.
Taxpayer Impact: The use of full and open competition generally benefits taxpayers by fostering a competitive environment that can lead to lower prices and better quality services.
Public Impact
The National Park Service benefits from this contract by addressing critical environmental infrastructure needs. Services delivered include the design phase for cesspool removal, essential for environmental protection and public health within park areas. The geographic impact is focused on New York (st/sn), likely within a specific National Park Service site. The contract supports the engineering and design workforce, potentially creating or sustaining jobs in specialized fields.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if design requirements are not precisely defined upfront.
- Dependence on contractor's technical expertise for accurate and cost-effective design solutions.
- Risk associated with the exclusion of certain sources, which could limit competitive options.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- Clear contract duration allows for effective project planning and oversight.
- Award to a single contractor streamlines communication and management.
Sector Analysis
This contract falls within the Engineering Services sector (NAICS 541330), a segment of the broader professional, scientific, and technical services industry. The market for environmental engineering services, particularly related to infrastructure upgrades and remediation, is substantial, driven by regulatory requirements and aging infrastructure. Comparable spending benchmarks would involve analyzing other federal or state contracts for similar environmental design projects, considering factors like project complexity and location.
Small Business Impact
The data indicates that small business participation (ss: false, sb: false) was not a primary consideration for this specific award. There is no indication of a small business set-aside. Subcontracting opportunities for small businesses are not explicitly detailed in the provided data, but would depend on the prime contractor's strategy and the nature of the design work required.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the contract specialist at the National Park Service. Accountability measures are embedded in the firm-fixed-price contract terms, requiring delivery of specified design services by the deadline. Transparency is facilitated through federal procurement databases where contract awards are reported. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Environmental Remediation Services
- Infrastructure Design Contracts
- National Park Service Capital Improvement Projects
- Engineering Consulting Services
Risk Flags
- Potential for limited competition due to source exclusion.
- Reliance on contractor's expertise for design accuracy.
- Need for robust oversight to ensure design quality and compliance.
Tags
engineering-services, environmental-remediation, national-park-service, department-of-the-interior, firm-fixed-price, delivery-order, full-and-open-competition, new-york, infrastructure-design, cesspool-removal
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $125,159 to FPM GROUP LTD. FIIS CESSPOOL REMOVAL DESIGN
Who is the contractor on this award?
The obligated recipient is FPM GROUP LTD.
Which agency awarded this contract?
Awarding agency: Department of the Interior (National Park Service).
What is the total obligated amount?
The obligated amount is $125,159.
What is the period of performance?
Start: 2025-09-18. End: 2026-09-24.
What is the track record of FPM GROUP LTD in delivering similar engineering design services for environmental projects?
A thorough review of FPM GROUP LTD's past performance is crucial. This would involve examining their contract history with federal agencies, particularly the Department of the Interior and the National Park Service, for projects involving wastewater management, environmental design, or infrastructure remediation. Key performance indicators to assess would include on-time delivery, adherence to budget (if applicable to prior fixed-price contracts), quality of deliverables, and any past performance evaluations or disputes. Understanding their experience with similar regulatory environments and project complexities, such as cesspool removal in environmentally sensitive areas, would provide significant insight into their capability to successfully execute this current contract.
How does the $1.25 million value compare to similar cesspool removal design contracts awarded by the National Park Service or other federal agencies?
Benchmarking the $1.25 million award against similar contracts requires access to historical procurement data. Factors influencing cost include the scale of the project (number of cesspools, acreage impacted), complexity of the design required (e.g., soil conditions, environmental regulations), and the specific geographic location impacting labor and material costs. A comparison would ideally look at contracts for design services (not construction) for wastewater or environmental infrastructure within the National Park Service or other agencies managing similar types of facilities. If this contract represents a significant portion of a larger project, its value might be better understood in that context. Without specific comparable data, assessing whether this represents excellent, fair, or questionable value is challenging.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks include potential technical challenges in the design phase, such as unforeseen site conditions or complex regulatory compliance requirements, which could lead to cost overruns or schedule delays, although the firm-fixed-price contract shifts much of this financial risk to the contractor. Another risk is the 'exclusion of sources' in the competition, which might limit the pool of qualified bidders and potentially impact the final price or innovation. Mitigation strategies likely involve robust government oversight of the design process, clear definition of requirements in the contract Statement of Work, and performance monitoring. The contractor's own risk mitigation would involve thorough site assessments and detailed design planning.
What is the expected effectiveness of the design services provided under this contract in achieving the National Park Service's environmental goals?
The effectiveness of the design services hinges on the quality and thoroughness of the engineering plans developed by FPM GROUP LTD. If the designs are comprehensive, technically sound, and compliant with all relevant environmental regulations, they will lay a strong foundation for the successful and cost-effective removal of cesspools. This, in turn, contributes to the National Park Service's goals of protecting natural resources, preserving park aesthetics, and ensuring public health and safety by eliminating potential sources of groundwater contamination. The ultimate effectiveness will be realized during the subsequent construction phase, which relies heavily on the accuracy and completeness of the design documents.
What are the historical spending patterns for cesspool removal or similar environmental infrastructure design services within the National Park Service?
Analyzing historical spending patterns for cesspool removal and related design services within the National Park Service would reveal trends in investment in environmental infrastructure. This could indicate whether this $1.25 million contract is part of a larger, ongoing initiative or a standalone project. Understanding past spending levels can help contextualize the current award, identify potential fluctuations in demand for such services, and assess the agency's commitment to addressing environmental infrastructure challenges across its various sites. It may also highlight which regions or park types have historically received more funding for similar projects.
What does the 'after exclusion of sources' clause in the competition type imply for the bidding process and potential outcomes?
The 'Full and Open Competition After Exclusion of Sources' designation suggests that the agency initially considered a broad range of potential contractors but subsequently excluded certain entities from the competition before the solicitation was released. The reasons for exclusion could range from past performance issues, inability to meet specific pre-qualification criteria, or strategic decisions based on prior contract experiences. While the competition was 'full and open' among the remaining eligible sources, the exclusion could potentially limit the diversity of proposals received and may have influenced the final pricing. Understanding the specific criteria used for exclusion is key to fully assessing the impact on competition and taxpayer value.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering 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: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Olgoonik Corporation
Address: 640 JOHNSON AVE STE 101, BOHEMIA, NY, 11716
Business Categories: Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $125,159
Exercised Options: $125,159
Current Obligation: $125,159
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 140F0822D0235
IDV Type: IDC
Timeline
Start Date: 2025-09-18
Current End Date: 2026-09-24
Potential End Date: 2026-09-24 00:00:00
Last Modified: 2026-04-10
More Contracts from FPM Group Ltd
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.)