DOJ's $787,500 waste removal contract for FCI Three Rivers awarded to ECOLOGY MIR GROUP LLC
Contract Overview
Contract Amount: $7,875 ($7.9K)
Contractor: Ecology MIR Group LLC
Awarding Agency: Department of Justice
Start Date: 2026-04-01
End Date: 2026-06-30
Contract Duration: 90 days
Daily Burn Rate: $88/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ECOLOGY MIR GROUP WASTE REMOVAL FY26 3RD QUARTER FOR FCI THREE RIVERS
Place of Performance
Location: THREE RIVERS, LIVE OAK County, TEXAS, 78071
State: Texas Government Spending
Plain-Language Summary
Department of Justice obligated $7,875 to ECOLOGY MIR GROUP LLC for work described as: ECOLOGY MIR GROUP WASTE REMOVAL FY26 3RD QUARTER FOR FCI THREE RIVERS Key points: 1. Contract awarded for essential waste removal services, indicating a need for consistent operational support. 2. The contract is a BPA Call, suggesting it leverages an existing agreement for efficiency. 3. Fixed-price contract type helps mitigate cost overruns for the government. 4. Awarded to a single vendor, ECOLOGY MIR GROUP LLC, for a specific period. 5. The service falls under solid waste collection, a critical but routine operational requirement. 6. Geographic location in Texas is specified for service delivery.
Value Assessment
Rating: fair
The contract value of $787,500 for a 90-day period (approximately $8,750 per day) for waste removal services at a federal correctional institution needs further benchmarking. Without comparable contract data for similar facilities or service scopes, it is difficult to definitively assess value for money. The firm fixed-price structure provides cost certainty, but the unit cost effectiveness is not immediately apparent.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under SAP (Simplified Acquisition Procedures), which typically involves a less extensive competition process than full and open competition. While the specific number of bidders is not provided, SAP is often used for smaller value procurements where competition may be limited to a pre-qualified list or a smaller pool of vendors. This approach aims for efficiency but may not always yield the lowest possible price.
Taxpayer Impact: Using SAP suggests an effort to streamline the procurement process for this service. However, limited competition could potentially lead to higher prices for taxpayers compared to a fully competed contract with numerous bidders.
Public Impact
The primary beneficiary is the Federal Prison System / Bureau of Prisons, ensuring operational continuity at FCI Three Rivers. Services delivered include solid waste collection, crucial for maintaining sanitary conditions and environmental compliance within the facility. The geographic impact is localized to Three Rivers, Texas, where FCI Three Rivers is located. Workforce implications are likely minimal, as the contract is for services provided by the contractor, ECOLOGY MIR GROUP LLC, rather than direct federal employment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for higher costs due to limited competition under SAP.
- Lack of detailed performance metrics or historical data makes value assessment challenging.
- Dependence on a single contractor for a critical operational service.
Positive Signals
- Firm fixed-price contract provides budget certainty.
- Leverages an existing BPA Call, potentially indicating streamlined acquisition and pre-vetted vendor.
- Addresses a fundamental operational need for waste management.
Sector Analysis
The waste management and removal industry is a significant sector supporting various government operations. Federal spending in this area is consistent, driven by the need to maintain facilities and comply with environmental regulations. This contract for solid waste collection at a federal correctional institution is a typical example of routine service procurement within the broader facilities management and environmental services market. Benchmarking would ideally involve comparing this contract's pricing and scope to similar waste removal contracts awarded to other federal facilities or correctional institutions.
Small Business Impact
The provided data indicates that small business set-aside (sb) was not utilized for this contract (sb: false). There is no information on subcontracting plans. Therefore, the direct impact on the small business ecosystem from this specific award is likely limited, as it was not specifically targeted towards small businesses.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Justice and the Federal Prison System. As a BPA Call, it likely adheres to the terms and conditions of the parent BPA. Accountability measures would include adherence to the firm fixed-price terms and service delivery schedules. Transparency is facilitated by federal procurement databases, though specific performance monitoring details are not publicly detailed in this summary.
Related Government Programs
- Federal Prison System Operations
- Bureau of Prisons Facilities Management
- Solid Waste Management Services
- Department of Justice Contracts
- BPA Call Procurements
Risk Flags
- Limited competition due to SAP.
- Lack of detailed performance metrics.
- Potential for price increases in future periods.
- Dependence on a single vendor for essential service.
Tags
waste-removal, solid-waste-collection, department-of-justice, bureau-of-prisons, fci-three-rivers, texas, competed-under-sap, bpa-call, firm-fixed-price, operational-support, facilities-management
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $7,875 to ECOLOGY MIR GROUP LLC. ECOLOGY MIR GROUP WASTE REMOVAL FY26 3RD QUARTER FOR FCI THREE RIVERS
Who is the contractor on this award?
The obligated recipient is ECOLOGY MIR GROUP LLC.
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 $7,875.
What is the period of performance?
Start: 2026-04-01. End: 2026-06-30.
What is the track record of ECOLOGY MIR GROUP LLC in performing similar waste removal contracts for federal agencies?
Information regarding ECOLOGY MIR GROUP LLC's specific track record with federal agencies for waste removal services is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes on similar government contracts. Without this, it's difficult to gauge their reliability and efficiency beyond the current award. Further investigation into federal procurement databases like SAM.gov or FPDS could yield more insights into their past performance and experience with government contracts.
How does the pricing of this contract compare to similar waste removal services at other federal correctional facilities?
Direct comparison of pricing for this $787,500 contract (for 90 days) is challenging without access to a database of comparable contracts. Factors such as facility size, inmate population, specific waste types (e.g., hazardous vs. general waste), service frequency, and geographic location significantly influence pricing. The daily rate of approximately $8,750 is a starting point, but a true value assessment requires benchmarking against contracts with similar scopes and service levels at comparable institutions. The use of Simplified Acquisition Procedures (SAP) might also imply a less competitive pricing environment than a full and open competition.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks include potential service disruptions if the contractor fails to perform, price increases in future contract periods, and inadequate waste disposal practices leading to environmental or health concerns. Mitigation strategies include the firm fixed-price structure, which caps the government's financial exposure for the defined scope. The Bureau of Prisons likely has oversight mechanisms to monitor performance and ensure compliance with contract terms and environmental regulations. However, the limited competition aspect could pose a risk of suboptimal pricing. The short duration (90 days) also limits long-term exposure to contractor performance issues.
How effective is the current waste removal service in meeting the operational needs of FCI Three Rivers?
The effectiveness of the current waste removal service cannot be determined solely from the contract award data. Effectiveness is typically measured by adherence to schedules, proper disposal methods, compliance with environmental standards, and overall impact on facility operations and hygiene. The Bureau of Prisons would be responsible for monitoring these aspects through performance reports and site inspections. The renewal or continuation of such contracts often implies a level of satisfaction, but specific metrics on effectiveness are not provided here.
What are the historical spending patterns for waste removal services at FCI Three Rivers or similar facilities?
Historical spending data for waste removal at FCI Three Rivers or comparable facilities is not included in the provided information. Analyzing past spending would involve examining previous contracts for these services, noting their duration, value, and the contractors involved. This would help identify trends, potential cost escalations, and the consistency of service providers. Understanding historical spending provides context for the current award and aids in assessing whether the current price is in line with past expenditures, adjusted for inflation and scope changes.
What is the potential impact of using a BPA Call on the overall cost and efficiency of waste removal services?
Using a BPA Call suggests that a broader Basic Purchasing Agreement (BPA) was previously established, likely through a more competitive process. This allows for quicker task order issuance for specific needs, like this quarterly service. The efficiency gain comes from pre-negotiated terms and conditions and a vetted vendor pool, reducing the time and administrative burden of new procurements. Cost-wise, it can be efficient if the underlying BPA offered competitive pricing. However, the specific task order's price is subject to the terms of the BPA Call and the limited competition within that framework.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Waste Collection › Solid Waste Collection
Product/Service Code: OPERATION OF GOVT OWNED FACILITY › OPERATE GOVT OWNED BUILDINGS
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 15B51624Q00000026
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 10400 EATON PL STE 250, FAIRFAX, VA, 22030
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $7,875
Exercised Options: $7,875
Current Obligation: $7,875
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 15B51625A00000086
IDV Type: BPA
Timeline
Start Date: 2026-04-01
Current End Date: 2026-06-30
Potential End Date: 2026-06-30 00:00:00
Last Modified: 2026-04-03
More Contracts from Ecology MIR Group LLC
- This Project Consists of Remediation Services DUE to a Water Leak in an Interior Pipe. This IS a Multi-Faceted Repair Contract. This Contract Will Require Carpentry, Sheetrock Repair, Installation, Flooring, Painting, and Cleaning. This Contract REQ — $20.0K (Department of Agriculture)
- Linen/Laundry Contract — $2.6K (Department of Homeland Security)
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.)