FDR Lake Debris Removal Contract Awarded to Columbia Navigation for $5.5M
Contract Overview
Contract Amount: $5,526,594 ($5.5M)
Contractor: Columbia Navigation, Inc.
Awarding Agency: Department of the Interior
Start Date: 2023-06-01
End Date: 2027-03-31
Contract Duration: 1,399 days
Daily Burn Rate: $4.0K/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FDR LAKE DEBRIS REMOVAL CONTRACT
Place of Performance
Location: KETTLE FALLS, STEVENS County, WASHINGTON, 99141
Plain-Language Summary
Department of the Interior obligated $5.5 million to COLUMBIA NAVIGATION, INC. for work described as: FDR LAKE DEBRIS REMOVAL CONTRACT Key points: 1. Contract value of $5.5M for debris removal services. 2. Competed under Simplified Acquisition Procedures (SAP). 3. Risk of cost overruns due to fixed-price contract and long duration. 4. Sector: Other Waste Collection services.
Value Assessment
Rating: fair
The contract is firm fixed price, which can limit cost growth but may also lead to higher initial bids. Benchmarking against similar debris removal contracts is difficult without more specific service details.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under SAP, suggesting a limited competition approach. This method may not always yield the lowest price compared to full and open competition.
Taxpayer Impact: The use of SAP may result in a higher price than if the contract were fully competed, potentially impacting taxpayer value.
Public Impact
Ensures the safety and navigability of FDR Lake by removing debris. Supports environmental cleanup efforts in the project area. Provides essential services for recreational and operational use of the lake.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns on fixed-price contract.
- Limited competition may lead to suboptimal pricing.
- Long contract duration increases risk exposure.
Positive Signals
- Addresses critical infrastructure maintenance need.
- Clear scope of work for debris removal.
Sector Analysis
This contract falls under 'Other Waste Collection' services. Spending in this sector can vary widely based on environmental regulations and infrastructure needs. Benchmarks are difficult without specific service scope.
Small Business Impact
No indication of small business participation or set-aside in the provided data. Further analysis would be needed to determine if small businesses were involved or could have been.
Oversight & Accountability
Oversight will be crucial to ensure Columbia Navigation, Inc. meets the contract requirements within the fixed-price structure and timeline. The Bureau of Reclamation is responsible for monitoring performance.
Related Government Programs
- Other Waste Collection
- Department of the Interior Contracting
- Bureau of Reclamation Programs
Risk Flags
- Fixed-price risk
- Limited competition
- Long contract duration
- Lack of detailed scope for pricing justification
Tags
other-waste-collection, department-of-the-interior, wa, purchase-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $5.5 million to COLUMBIA NAVIGATION, INC.. FDR LAKE DEBRIS REMOVAL CONTRACT
Who is the contractor on this award?
The obligated recipient is COLUMBIA NAVIGATION, INC..
Which agency awarded this contract?
Awarding agency: Department of the Interior (Bureau of Reclamation).
What is the total obligated amount?
The obligated amount is $5.5 million.
What is the period of performance?
Start: 2023-06-01. End: 2027-03-31.
What is the estimated volume or type of debris to be removed, and how does this influence the fixed price?
The provided data lacks specifics on the debris volume or type. A firm fixed-price contract for debris removal typically assumes a certain scope. If the actual debris is significantly more or less than anticipated, the fixed price could either overcompensate the contractor or lead to disputes if additional work is required beyond the initial scope.
What were the specific criteria used for competition under SAP, and were there any justifications for limiting competition?
Simplified Acquisition Procedures (SAP) are generally used for purchases below the simplified acquisition threshold, often allowing for more streamlined competition. However, the specific criteria and any justifications for limiting the number of bidders or the scope of competition are not detailed here. Understanding these factors is key to assessing if fair market prices were achieved.
How will the Bureau of Reclamation ensure effective oversight of a long-term, fixed-price debris removal contract to prevent scope creep or quality issues?
Effective oversight will likely involve regular progress reviews, site inspections, and clear communication channels between the Bureau of Reclamation and Columbia Navigation, Inc. Establishing key performance indicators (KPIs) and a robust quality assurance plan will be essential to ensure the contractor delivers the required debris removal services effectively and maintains the desired quality standards throughout the contract's duration.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Waste Collection › Other Waste Collection
Product/Service Code: SALVAGE SERVICES › OTHER SALVAGE SERVICES
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 140R1723Q0010
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 340 W 3RD, KETTLE FALLS, WA, 99141
Business Categories: American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $6,964,734
Exercised Options: $5,526,594
Current Obligation: $5,526,594
Actual Outlays: $4,121,486
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2023-06-01
Current End Date: 2027-03-31
Potential End Date: 2028-03-31 00:00:00
Last Modified: 2026-01-20
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.)