DOJ's $115K Solid Waste Services Contract for FCI Talladega Awarded Sole-Source to Allied Waste Systems
Contract Overview
Contract Amount: $115,200 ($115.2K)
Contractor: Allied Waste Systems, Inc.
Awarding Agency: Department of Justice
Start Date: 2025-10-01
End Date: 2026-09-30
Contract Duration: 364 days
Daily Burn Rate: $316/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MONTH TO MONTH SOLID WASTE REMOVAL SERVICES FOR FCI TALLADEGA.
Place of Performance
Location: TALLADEGA, TALLADEGA County, ALABAMA, 35160
State: Alabama Government Spending
Plain-Language Summary
Department of Justice obligated $115,200 to ALLIED WASTE SYSTEMS, INC. for work described as: MONTH TO MONTH SOLID WASTE REMOVAL SERVICES FOR FCI TALLADEGA. Key points: 1. Contract awarded without competition, raising questions about potential cost savings and best value. 2. Limited competition may lead to higher prices than if the contract were openly competed. 3. The contract duration of one year (364 days) suggests a need for ongoing services. 4. Fixed-price contract type provides cost certainty for the government. 5. The service area is limited to Talladega, Alabama, indicating a localized need. 6. No small business set-aside was utilized, potentially limiting opportunities for smaller firms.
Value Assessment
Rating: fair
The contract value of $115,200 for one year of solid waste removal services appears reasonable for a federal correctional facility. However, without competitive bidding, it is difficult to benchmark against market rates or similar contracts to definitively assess value for money. The absence of competition means there's no direct comparison to gauge if Allied Waste Systems, Inc. offered the most cost-effective solution.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. The reasons for this determination are not provided in the data. Sole-source awards can sometimes be justified for specialized services or when only one vendor can meet the requirement. However, it bypasses the opportunity for multiple vendors to bid, which typically drives down prices and ensures the government receives the best possible value.
Taxpayer Impact: Taxpayers may have paid a premium due to the lack of competitive pressure. Without a bidding process, there is no assurance that the selected vendor's price is the lowest achievable for these essential services.
Public Impact
The primary beneficiary is the Federal Bureau of Prisons (FBP) at FCI Talladega, ensuring essential waste management services. The contract delivers critical solid waste collection and disposal services necessary for the operation of the correctional facility. The geographic impact is localized to Talladega, Alabama, where FCI Talladega is located. The contract supports the operational workforce at FCI Talladega by ensuring a necessary service is provided.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may result in inflated pricing compared to a competed contract.
- Sole-source award bypasses opportunities for small businesses to compete for this service.
- Absence of performance metrics or quality standards in the provided data makes it difficult to assess service quality.
Positive Signals
- Firm fixed-price contract provides budget certainty for the agency.
- Contract duration of one year allows for consistent service delivery.
- Service is essential for the safe and sanitary operation of a federal correctional facility.
Sector Analysis
The solid waste collection industry is a mature and essential service sector. Federal contracts for such services are common across various agencies and locations. While specific market size data for federal correctional facility waste management is not readily available, the industry is characterized by numerous local and national providers. Benchmarking federal spending in this area is challenging without more specific service details and geographic scope, but it represents a consistent, albeit often localized, expenditure.
Small Business Impact
This contract was not awarded as a small business set-aside, nor does the data indicate any subcontracting plans for small businesses. The sole-source nature of the award further limits the potential for small businesses to participate in providing these services to FCI Talladega. This represents a missed opportunity to leverage the small business ecosystem for government contracting.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Justice's Bureau of Prisons contracting and facility management divisions. Accountability measures would be tied to the terms of the purchase order, including service delivery standards and payment terms. Transparency is limited by the sole-source nature of the award and the lack of publicly available justification for this procurement approach.
Related Government Programs
- Federal Correctional Facility Operations
- Bureau of Prisons Services Contracts
- Solid Waste Management Services
- Department of Justice Procurement
Risk Flags
- Sole-source award without clear justification
- Lack of competitive bidding may lead to higher costs
- No small business participation noted
Tags
other, department-of-justice, bureau-of-prisons, federal-prison-system, purchase-order, not-competed, sole-source, firm-fixed-price, alabama, solid-waste-collection, facility-operations, annual-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $115,200 to ALLIED WASTE SYSTEMS, INC.. MONTH TO MONTH SOLID WASTE REMOVAL SERVICES FOR FCI TALLADEGA.
Who is the contractor on this award?
The obligated recipient is ALLIED WASTE SYSTEMS, INC..
Which agency awarded this contract?
Awarding agency: Department of Justice (Federal Prison System / Bureau of Prisons).
What is the total obligated amount?
The obligated amount is $115,200.
What is the period of performance?
Start: 2025-10-01. End: 2026-09-30.
What is the justification for awarding this solid waste removal contract on a sole-source basis?
The provided data indicates the contract was 'NOT COMPETED' and is classified as 'sole-source'. However, the specific justification or rationale behind this sole-source determination is not included. Typically, sole-source awards are made when only one responsible source is available or capable of meeting the agency's needs. This could be due to unique capabilities, urgent requirements, or specific facility circumstances. Without further information from the Department of Justice or the Bureau of Prisons, the exact reason for bypassing the competitive bidding process remains unknown. This lack of transparency can raise concerns about whether the government secured the best possible price and value for taxpayer dollars.
How does the annual cost of $115,200 compare to similar solid waste removal contracts for federal correctional facilities?
Benchmarking this $115,200 annual contract against similar federal correctional facility solid waste removal contracts is challenging without more detailed information. Key factors influencing cost include the volume of waste generated, the frequency of pickups, the types of waste (e.g., general, hazardous), the geographic location (affecting labor and transportation costs), and the specific services included (e.g., recycling, landfill fees). Given this is a sole-source award, direct price comparisons are difficult. However, for a facility of FCI Talladega's size, this figure might be within a reasonable range, but a competitive process would be necessary to confirm it represents optimal value for money.
What are the potential risks associated with a sole-source award for essential services like waste removal?
The primary risk of a sole-source award for essential services like solid waste removal is the potential for inflated costs. Without competition, the contractor faces less pressure to offer the lowest possible price, potentially leading to the government overpaying. Another risk is a lack of innovation or service improvement, as the contractor may not feel compelled to enhance services when there is no threat of losing the contract to a competitor. Furthermore, sole-source awards can limit opportunities for small businesses and may raise concerns about fairness and transparency in the procurement process, potentially impacting public trust.
What performance standards or metrics are in place to ensure the quality of services provided by Allied Waste Systems, Inc.?
The provided data does not include specific performance standards, metrics, or quality assurance plans for this contract. As a purchase order for solid waste removal, it is expected that the terms would outline service requirements such as pickup schedules, container provision, and proper disposal methods. However, the effectiveness of oversight and the contractor's adherence to these standards would depend on the Bureau of Prisons' internal quality assurance processes. Without explicit performance metrics in the contract details, assessing the quality of service delivery and holding the contractor accountable becomes more reliant on general contract management and facility-level observation.
What is Allied Waste Systems, Inc.'s track record with federal contracts, particularly with the Department of Justice?
Information regarding Allied Waste Systems, Inc.'s specific track record with federal contracts, especially with the Department of Justice or the Bureau of Prisons, is not detailed in the provided data. To assess their reliability and past performance, one would typically need to consult federal procurement databases (like SAM.gov) for contract history, past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any documented issues or disputes. Without this background information, it's difficult to gauge their experience and success in fulfilling similar government requirements.
How does the contract's fixed-price structure benefit the government in managing its budget for waste removal services?
The 'FIRM FIXED PRICE' (FFP) contract type offers significant budget certainty for the government. Under an FFP agreement, the contractor agrees to a set price for the specified goods or services, and this price does not change regardless of the contractor's actual costs. This structure protects the agency from cost overruns related to labor, materials, or other direct costs incurred by the contractor. For the Bureau of Prisons at FCI Talladega, this means they know precisely how much the waste removal services will cost for the contract period, simplifying financial planning and preventing unexpected increases in expenditure for this essential service.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Waste Collection › Solid Waste Collection
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
Address: 551 HUFFINES BLVD, LEWISVILLE, TX, 75056
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $115,200
Exercised Options: $115,200
Current Obligation: $115,200
Actual Outlays: $58,110
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-10-01
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-04-10
Other Department of Justice Contracts
- Contractor Owned and Operated Existing Correctional Facility for Approximately 3,500 LOW Security Male Inmates — $794.5M (Cornell Companies, Inc.)
- Detention Services - SAN Diego — $776.9M (THE GEO Group, Inc.)
- CO: Telly Renfroe Award of NEW Task Order Base Year Initial Funding — $616.4M (AT&T Enterprises, LLC)
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Corecivic, Inc.)
- Provide Services for the Management and Operation of a Correctional Facility in Accordance With Rfp-Pcc-0014 — $568.9M (Cornell Companies, Inc.)