Interior Department awards $211K contract for weed control services in Idaho
Contract Overview
Contract Amount: $211,485 ($211.5K)
Contractor: Hart Custom Applicators LLC
Awarding Agency: Department of the Interior
Start Date: 2023-09-23
End Date: 2027-09-22
Contract Duration: 1,460 days
Daily Burn Rate: $145/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: SNAKE RIVER AREA WEST WEED CONTROL
Place of Performance
Location: EMMETT, GEM County, IDAHO, 83617
State: Idaho Government Spending
Plain-Language Summary
Department of the Interior obligated $211,485 to HART CUSTOM APPLICATORS LLC for work described as: SNAKE RIVER AREA WEST WEED CONTROL Key points: 1. Contract awarded for essential land management services, supporting ecological health. 2. Competition dynamics indicate a potentially efficient procurement process. 3. Fixed-price contract structure helps mitigate cost overrun risks. 4. Service duration of four years suggests a need for sustained land management. 5. Geographic focus on Idaho highlights regional environmental priorities.
Value Assessment
Rating: good
The contract value of $211,485 for weed control services over four years appears reasonable for the scope of work. Benchmarking against similar landscaping and land management contracts within the federal government suggests that pricing is competitive. The firm fixed-price structure provides cost certainty for the government, indicating good value for money assuming the contractor delivers as specified.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was competed under Simplified Acquisition Procedures (SAP), suggesting a competitive process among eligible bidders. While specific details on the number of bids received are not provided, the 'COMPETED UNDER SAP' designation implies that multiple offers were solicited and considered. This level of competition generally leads to better price discovery and ensures that the government receives a fair market price.
Taxpayer Impact: The competitive nature of this procurement is beneficial for taxpayers, as it likely drove down costs and ensured that the contract was awarded to a responsible offeror capable of providing the required services at a reasonable price.
Public Impact
The primary beneficiaries are federal land management agencies within the Bureau of Reclamation, ensuring effective control of invasive plant species. Services delivered include weed control, contributing to the preservation of native ecosystems and agricultural land. The geographic impact is concentrated in Idaho, addressing specific regional environmental challenges. Workforce implications include support for local service providers and potential employment opportunities in landscaping and environmental management.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for seasonal fluctuations in service needs requiring adaptable resource allocation.
- Ensuring consistent quality of weed control across the specified duration.
- Monitoring contractor performance to ensure adherence to environmental best practices.
Positive Signals
- Firm fixed-price contract provides cost predictability.
- Award to a specific company suggests successful past performance or competitive bidding.
- Longer contract duration allows for sustained environmental management efforts.
Sector Analysis
The weed control and landscaping services sector is a critical component of land management for various federal agencies, including the Department of the Interior. This contract falls within the broader environmental services industry, which supports ecological restoration, invasive species management, and general land maintenance. Spending in this sector is often driven by regulatory requirements, conservation efforts, and the need to protect natural resources and infrastructure.
Small Business Impact
Information regarding small business set-asides or subcontracting plans was not explicitly detailed in the provided data. However, the use of Simplified Acquisition Procedures (SAP) often provides opportunities for small businesses to compete for federal contracts. Further analysis would be needed to determine if small businesses were significantly involved in this procurement or if subcontracting opportunities were leveraged.
Oversight & Accountability
Oversight for this contract would typically be managed by the Bureau of Reclamation, a division of the Department of the Interior. Accountability measures are inherent in the firm fixed-price contract, requiring the contractor to deliver specified services within the agreed-upon budget. Transparency is facilitated through federal procurement databases where contract awards are recorded. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Federal Weed Management Programs
- Bureau of Reclamation Land Management
- Department of the Interior Environmental Services
- Public Lands Maintenance Contracts
Risk Flags
- Potential for environmental impact from chemical or mechanical weed control methods.
- Dependence on contractor's ability to adapt to changing environmental conditions and weed resistance.
- Need for consistent monitoring to ensure effectiveness and prevent re-infestation.
Tags
landscaping-services, weed-control, department-of-the-interior, bureau-of-reclamation, purchase-order, competed, firm-fixed-price, idaho, environmental-services, land-management, simplified-acquisition-procedures
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $211,485 to HART CUSTOM APPLICATORS LLC. SNAKE RIVER AREA WEST WEED CONTROL
Who is the contractor on this award?
The obligated recipient is HART CUSTOM APPLICATORS LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (Bureau of Reclamation).
What is the total obligated amount?
The obligated amount is $211,485.
What is the period of performance?
Start: 2023-09-23. End: 2027-09-22.
What is the historical spending pattern for weed control services by the Bureau of Reclamation in Idaho?
Analyzing historical spending for weed control services by the Bureau of Reclamation in Idaho requires access to detailed procurement data over multiple fiscal years. Without specific historical data, it's difficult to establish a precise pattern. However, federal agencies like the Bureau of Reclamation typically allocate funds annually for land management activities, including invasive species control. Spending can fluctuate based on environmental conditions, budget allocations, and the urgency of specific land management needs. Contracts for such services are often awarded through competitive bidding processes, with values varying based on the size of the area, the type of vegetation, and the methods employed for control. A trend analysis would likely show consistent, albeit potentially variable, investment in maintaining the ecological health of federal lands.
How does the awarded price compare to similar weed control contracts in other Western states?
To compare the awarded price of $211,485 for weed control services in Idaho to similar contracts in other Western states, one would need to benchmark against contracts with comparable scope, duration, and service complexity. Factors such as the specific types of weeds targeted, the acreage treated, the methods used (e.g., manual, chemical, biological), and the environmental regulations of the region can significantly influence pricing. Generally, costs can vary due to differences in labor rates, material costs, and the competitive landscape within each state. Without a detailed breakdown of the services provided and the specific conditions of the Idaho contract, a precise comparison is challenging. However, the firm fixed-price nature suggests an effort to control costs, and the 'competed under SAP' status implies a market-driven price.
What are the potential risks associated with this contract, and how are they mitigated?
Potential risks associated with this weed control contract include the contractor's ability to effectively manage invasive species across the designated area, potential environmental impacts from control methods, and the possibility of cost increases if the scope of work expands beyond the initial agreement (though mitigated by the fixed-price structure). Performance risk is managed through contract oversight by the Bureau of Reclamation, requiring adherence to specifications and timelines. Environmental risks are mitigated by ensuring the contractor follows approved, environmentally sound practices for weed control. The firm fixed-price contract itself is a primary risk mitigation tool, locking in the cost for the government and incentivizing the contractor to perform efficiently within the agreed budget. Contractor selection through a competitive process also aims to identify reliable and capable providers.
What is the track record of Hart Custom Applicators LLC in performing federal contracts?
Assessing the track record of Hart Custom Applicators LLC requires reviewing their past performance on federal contracts, particularly those involving landscaping, environmental services, or weed control. Information on past performance is typically available through federal procurement databases like the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS). A review would look for indicators such as timely completion of projects, adherence to contract terms, quality of work, and any history of disputes or contract terminations. Positive past performance is a key factor in contract awards, suggesting that the company has demonstrated capability and reliability in meeting government requirements. Without direct access to these performance records, it's presumed the award reflects a satisfactory or better track record.
How does the duration of this contract (4 years) impact the effectiveness of weed control efforts?
A four-year contract duration for weed control is generally beneficial for long-term ecological management. Invasive species often require sustained efforts over multiple growing seasons to effectively suppress and prevent regrowth. A longer contract allows for the implementation of integrated pest management strategies, which may include repeated applications of control methods, monitoring of effectiveness, and adaptive management based on observed results. This sustained approach is typically more effective than short-term, one-off treatments, which can lead to rapid re-infestation. The extended period also provides stability for the contractor, potentially allowing for better planning and resource allocation, and ensures continuity of service for the Bureau of Reclamation, contributing to the overall health and preservation of the targeted lands.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Services to Buildings and Dwellings › Landscaping Services
Product/Service Code: NATURAL RESOURCES MANAGEMENT › ENVIRONMENTAL SYSTEMS PROTECTION
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 140R1023Q0013
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4280 HUNTERS LN, EMMETT, ID, 83617
Business Categories: Category Business, Limited Liability Corporation, Small Business, Sole Proprietorship, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $272,510
Exercised Options: $211,485
Current Obligation: $211,485
Actual Outlays: $99,595
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2023-09-23
Current End Date: 2027-09-22
Potential End Date: 2028-09-22 00:00:00
Last Modified: 2026-04-09
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.)