NRC awards $3.2M contract for CNWRA technical assistance to Southwest Research Institute
Contract Overview
Contract Amount: $3,213,812 ($3.2M)
Contractor: Southwest Research Institute
Awarding Agency: Nuclear Regulatory Commission
Start Date: 2018-04-30
End Date: 2023-04-29
Contract Duration: 1,825 days
Daily Burn Rate: $1.8K/day
Competition Type: NOT COMPETED
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: TECHNICAL ASSISTANCE FOR CNWRA MANAGEMENT AND INFRASTRUCTURE RELATED ACTIVITIES
Place of Performance
Location: SAN ANTONIO, BEXAR County, TEXAS, 78238
State: Texas Government Spending
Plain-Language Summary
Nuclear Regulatory Commission obligated $3.2 million to SOUTHWEST RESEARCH INSTITUTE for work described as: TECHNICAL ASSISTANCE FOR CNWRA MANAGEMENT AND INFRASTRUCTURE RELATED ACTIVITIES Key points: 1. Contract awarded on a sole-source basis, limiting competitive price discovery. 2. Duration of 5 years suggests a long-term need for these services. 3. Cost-plus-fixed-fee contract type may incentivize cost increases. 4. No small business set-aside indicates potential missed opportunities for smaller firms. 5. Focus on hazardous waste treatment and disposal aligns with NRC's core mission. 6. The contract is a delivery order, implying it's part of a larger indefinite-delivery contract.
Value Assessment
Rating: fair
The contract value of $3.2 million over five years appears moderate for specialized technical assistance. Without comparable contract data for similar services, a precise value-for-money assessment is difficult. The cost-plus-fixed-fee structure warrants scrutiny to ensure costs are managed effectively and do not escalate beyond reasonable levels. Benchmarking against industry standards for technical assistance in hazardous waste management would provide a clearer picture of pricing fairness.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one vendor, Southwest Research Institute, was solicited. This approach bypasses the competitive bidding process, which typically leads to better pricing and innovation. The justification for a sole-source award would need to demonstrate why no other responsible source could satisfy the agency's needs. The lack of competition means the NRC did not benefit from multiple proposals and price negotiations.
Taxpayer Impact: Sole-source awards can result in higher costs for taxpayers as the government does not leverage competitive pressures to secure the best possible price.
Public Impact
The primary beneficiary is the Nuclear Regulatory Commission (NRC), which receives essential technical support. Services delivered include management and infrastructure support for the Center for Nuclear Waste Regulatory Analyses (CNWRA). The geographic impact is primarily within Texas, where Southwest Research Institute is located, but the services support national regulatory functions. The contract supports specialized technical expertise, potentially impacting the workforce in nuclear waste management and regulatory analysis.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and potentially increases costs.
- Cost-plus-fixed-fee contract type can lead to cost overruns if not managed closely.
- Lack of small business participation may limit opportunities for smaller, specialized firms.
Positive Signals
- Southwest Research Institute is a reputable research organization with relevant expertise.
- The contract duration suggests a stable, long-term need for the services.
- The services directly support the NRC's critical mission of nuclear safety and regulation.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically supporting government regulatory functions. The market for specialized technical assistance in nuclear waste management is relatively niche, with a limited number of organizations possessing the required expertise. Comparable spending benchmarks would likely be found within other government agencies requiring similar scientific and engineering advisory services, particularly those involved in complex regulatory environments.
Small Business Impact
The contract was not awarded as a small business set-aside, and there is no indication of subcontracting requirements for small businesses. This suggests that opportunities for small businesses to participate in this specific contract were not actively pursued. The lack of a small business focus means that the potential economic benefits to the small business ecosystem in this specialized field were not realized through this procurement.
Oversight & Accountability
Oversight of this contract would primarily reside with the contracting officer and program managers within the Nuclear Regulatory Commission. Accountability measures would be embedded in the contract's performance work statement and deliverables. Transparency is facilitated through public contract databases, though detailed performance metrics may not be publicly available. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Nuclear Regulatory Commission Operations
- Hazardous Waste Management Services
- Technical and Scientific Consulting Services
- Research and Development Support
Risk Flags
- Sole-source award
- Cost-plus-fixed-fee contract type
- Lack of competition
Tags
nuclear-regulatory, technical-assistance, hazardous-waste-disposal, sole-source, cost-plus-fixed-fee, southwest-research-institute, nuclear-regulatory-commission, texas, professional-scientific-technical-services, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
Nuclear Regulatory Commission awarded $3.2 million to SOUTHWEST RESEARCH INSTITUTE. TECHNICAL ASSISTANCE FOR CNWRA MANAGEMENT AND INFRASTRUCTURE RELATED ACTIVITIES
Who is the contractor on this award?
The obligated recipient is SOUTHWEST RESEARCH INSTITUTE.
Which agency awarded this contract?
Awarding agency: Nuclear Regulatory Commission (Nuclear Regulatory Commission).
What is the total obligated amount?
The obligated amount is $3.2 million.
What is the period of performance?
Start: 2018-04-30. End: 2023-04-29.
What is the specific expertise Southwest Research Institute brings to CNWRA management and infrastructure?
Southwest Research Institute (SwRI) is a non-profit applied research and development organization with extensive expertise in various scientific and engineering disciplines relevant to nuclear waste management. For the CNWRA, this likely includes areas such as geological repository science, environmental monitoring, risk assessment, materials science, and regulatory compliance analysis. SwRI's role typically involves providing independent technical analysis, research, and advisory services to support the NRC's mission of ensuring the safe regulation of the nation's civilian nuclear program. Their capabilities often extend to laboratory testing, modeling, and simulation, providing the NRC with robust data and insights for decision-making regarding nuclear waste.
How does the cost-plus-fixed-fee (CPFF) contract type compare to other pricing arrangements for similar technical assistance?
The Cost-Plus-Fixed-Fee (CPFF) contract type is common for research and development or complex services where the scope of work is not precisely defined at the outset, making it difficult to establish a firm fixed price. In a CPFF contract, the contractor is reimbursed for allowable costs plus a fixed fee representing profit. Compared to Firm-Fixed-Price (FFP) contracts, CPFF offers more flexibility for the government if the scope changes but carries a higher risk of cost overruns, as the contractor is incentivized to incur costs to achieve the fixed fee. Other arrangements like Cost-Plus-Incentive-Fee (CPIF) tie the fee more directly to performance targets, potentially offering better value. For well-defined technical assistance, FFP contracts are often preferred for cost certainty.
What are the potential risks associated with a sole-source award for this type of service?
The primary risk of a sole-source award is the lack of competitive pressure, which can lead to inflated pricing and reduced innovation. Without competing proposals, the agency may not secure the most cost-effective solution or benefit from the diverse approaches other potential contractors might offer. There's also a risk that the chosen contractor may become complacent due to the absence of competition. Furthermore, sole-source awards can raise concerns about fairness and equal opportunity for other qualified firms that were not given a chance to bid. The justification for a sole-source award must be robust to mitigate these inherent risks.
What is the historical spending pattern for technical assistance related to CNWRA by the NRC?
Analyzing historical spending patterns for technical assistance related to CNWRA by the NRC requires access to detailed federal procurement data over multiple fiscal years. Generally, the NRC has a long-standing relationship with research institutions like Southwest Research Institute for specialized technical support. Spending in this area can fluctuate based on the lifecycle of nuclear waste projects, regulatory changes, and specific research needs. Contracts for such services are often awarded through competitive processes, but sole-source awards can occur for specialized, ongoing support. A review of past contracts would reveal the frequency of sole-source versus competitive awards, average contract values, and the primary contractors involved.
How does the NRC ensure contractor performance and quality assurance for critical technical services?
The NRC employs several mechanisms to ensure contractor performance and quality assurance for critical technical services. Contracts typically include detailed Performance Work Statements (PWS) outlining specific tasks, deliverables, and quality standards. Performance is monitored through regular progress reports, technical reviews, and site visits by government personnel. Quality assurance is often addressed through contractor quality control plans, which must be approved by the government. The Contracting Officer's Representative (COR) plays a crucial role in overseeing day-to-day performance and ensuring compliance with contract terms. Failure to meet performance standards can result in contractual remedies, including withholding payment or termination.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Waste Treatment and Disposal › Hazardous Waste Treatment and Disposal
Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&D › SPECIAL STUDIES - NOT R and D
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 6220 CULEBRA RD, SAN ANTONIO, TX, 78238
Business Categories: Category Business, Corporate Entity Tax Exempt, Nonprofit Organization, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $3,357,371
Exercised Options: $3,357,371
Current Obligation: $3,213,812
Actual Outlays: $2,400,728
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 31310018D0001
IDV Type: IDC
Timeline
Start Date: 2018-04-30
Current End Date: 2023-04-29
Potential End Date: 2023-04-29 00:00:00
Last Modified: 2026-01-20
More Contracts from Southwest Research Institute
- TAS::80 0120::TAS AS the Principal Investigator (PI) Institution for the Magnetospheric Multiscale (MMS) Instrument Suite Science Team (isst), the Contractor IS Responsible for Leading the Solving Magnetospheric Acceleration Reconnection and Turbulence (smart) Team Through ALL Mission Phases. the Scope of Work Shall Include, BUT NOT BE Limited, to the Following: - Manage the Smart Team Through Phases B Through E of the MMS Mission, - Defining Science Goals and Objectives - Assist the MMS Project and HQ Science Mission Directorate Heliophysics Division in the Preparation of Level 1 Requirements for the MMS Mission - Flow-Down of Top-Level Mission Requirements to the Appropriate Elements of the Instrument Suite - Design, Fabrication, Integration, Calibration, Testing and Delivery of Four Fully Qualified, Flight Instrument Suites to Observatory Integration and Test (I&T) Plus Spares - Design, Development, Integration and Testing of the SOC - Support Observatory-Level I&T Activities - Provide Sustaining Engineering and I&T Support of the Instrument Suites After Delivery to Nasa - Responsibility for the On-Orbit Operation, Health and Safety of the Instrument Suites - Responsibility for Operating and Maintaining the SOC Post-Launch - Establishing and Managing Subcontracts With Instrument Suite Team Members - Establishing and Maintaining the Required International Traffic in Arms Regulations (itar) and Export Control Documentation Necessary for Working With ITS International Team Members - Implementation of an EPO Program for the MMS Mission — $383.4M (National Aeronautics and Space Administration)
- THE National Aeronautics and Space Administration HAS Selected Juno NEW Frontiers Mission Under the Direction of Principal Investigator (PI) DR. Scott Bolton to Continue Development With the Expectation That the Juno Mission Will Enter Phase B in Early Fiscal Year 2006. the Juno Mission Will BE Managed by the Marshall Space Flight Center, NEW Frontiers Program Office. KEY Juno Team Members Include DR. Bolton's Home Institution, the Southwest Research Institute (swri), the Juno Implementation Team Leader JET Propulsion Laboratory (JPL) and the Spacecraft BUS Provider the Lockheed Martin Space Systems Division (lm/Ss). the PI'S Team AT Swri Needs to Begin Work on a Subset of Phase B Activities AS Early in FY06 AS Possible. This SOW Provides a List of Activities That ARE Necessary to Begin Work in FY06 and Their Associated Deliverables. the Juno Mission IS a Collaboration Between Southwest Research Institute (swri), JPL, Lockheed Martin (LM), and a Complementary Team of Universities and Field Centers. the Principal Investigator, DR. Scott Bolton, IS AT Southwest Research Institute (swri) and IS Responsible to Nasa for ALL Aspects of the Mission Including Achieving ALL Scientific Objectives and Mission Goals. JPL Provides the Project Manager WHO Oversees the Day-To-Day Management of the Project and Will Report to the PI. Principal Investigator (PI) DR. Scott Bolton IS Responsible to Nasa for Meeting the Scientific Objectives of the Juno Mission Within Cost and Schedule. AS PI, DR. Bolton HAS Direct Accountability to the Nasa NEW Frontiers Program Office for the Implementation of Juno. ALL Juno Science Co-Is, the Deputy PI and Project Scientist, the Science Investigation Office Manager, the E/PO Effort, the Juno Advisory Board and the PM Report Directly to DR. Bolton. the PI Delegates the Day-To-Day Management of the Project to the Project Manager (PM), Rick Grammier. the Project System Engineer, Payload Manager, Flight System Manager, Mission Manager, Science OPS Center, Business Manager, LM Contract CTM, and Mission Assurance Manager ALL Report Directly to the PM — $184.3M (National Aeronautics and Space Administration)
- NEW Horizon -- Pluto Mission Phase B — $166.9M (National Aeronautics and Space Administration)
- Under This Contract, the Contractor Will Provide the Personnel, Materials, Equipment, and Facilities Necessary to Produce the Polarimeter to Unify the Corona Heliosphere (punch) Phase a Concept Study. the Scope of This Effort Includes, BUT IS NOT Limited TO: 1. Principal Investigator Program Office 2. Instrument System Engineering, Including Instrument Mission Assurance 3. Design of a Flight Qualified Punch Instrument Meeting Mission and Science Requirements 4. Develop Plans in Support of Integration and Test of the Punch Instrument Flight System 5. Develop Plans in Support of Essential Field Operations 6. Develop Plans in Support of Launch Operations and Flight Operations 7. Develop Plans for Lead the Punch Science Investigation AS Well AS the Generation of Resulting Data Products the Contractor Shall Provide a Briefing on the Punch Science and Science Implementation Plan AT the Phase a Site Visit. the Contractor Shall Provide an Organization Chart Defining Contractor Roles and Responsibilities, Reporting Procedures, and ALL Lines of Authority. the Contractor Shall Participate in Defining the Relationships Between the Contractor's Program Office and the Nasa Explorers Program Office. the Contractor Shall Develop a Punch Instrument Systems Requirements Document and a Punch Mission Systems Requirements Document. the Contractor Will Also Develop Detailed Block Diagrams and Technical Descriptions of ALL Instrument Systems. the Contractor Will Conduct In-Depth Instrument-Level Reviews of the Proposed Instrument Design. They Will Conduct Essential Trade Studies, Analyses, Modeling and Simulations to Assure Compliance With Instrument Requirements. the Contractor Will Lead the Science Team and Develop an Instrument-Level Test Plan and Participate in Planning for Integration and Test. the Contractor Shall Prepare a Detailed Instrument Development Schedule Covering ALL Mission Phases, Listing Major Milestones, Including a Defined Critical Path and Schedule Reserves. the Contractor Will Prepare Updated Instrument Budgets AS Well AS Review and Approve the Overall Punch Budget. Finally, the Contractor Shall Prepare and Submit the Concept Study Report — $139.2M (National Aeronautics and Space Administration)
- TAS::80 0120::TAS the Contractor Shall BE Responsible for the Conduct of ALL Phases and Aspects of the Ibex Mission Including: 1) Life-Cycle Project Management; 2) Design, Test, Development, and Operations (payload, Spacecraft, Launch Vehicle, Spacecraft to Launch-Vehicle Interfaces, Launch and Flight Operations); and 3) Post-Operations Data Analysis and Archiving. in Performance of This Effort, the Ibex Team Shall: a. Manage the Project, Provide Cost and Schedule Information to Nasa AS Specified in 3.0 Management, Above. B. Provide Day-To-Day Management and Coordination of the Project AS Delegated by the PI to the Project Manager (PM), Including Monitoring and Reporting Technical Progress and Financial Status, Implementing the Risk Management Plan and Conducting Mission Level Reviews AS Specified in Section 4.3, System Level Reviews. C. Conduct Reviews for ALL Payload Sensors, Payload Support Infrastructure and Associated GSE. D. Perform Scientific Analyses in Support of the Mission Science Requirements. E. Perform Systems Engineering to Coordinate the Design of the Instrument Complement and Spacecraft BUS Components; and to Ensure the Compatibility of the Space-To-Ground and Network Communications. F. Perform Trade Studies to Eliminate and Mitigate Risks G. Deliver the Ibex Flight Segment to Vandenberg AIR Force Base (vafb), Support Integration With the Launch Vehicle, and Assist the Launch Operations; H. Establish the Mission Control Center (MCC) and Ibex Science Operations and Data Analysis Center (isoc) Including ALL Computers, Networks, and Operating Software, Instrument Databases and Procedures Necessary to Functionally Test and Later Control the Spacecraft; I. Hold Science Team Meetings AS Well AS Technical Interchange Meetings. J. Baseline the Science Requirements and Science Analysis Plan Into an Ibex Mission Definition Requirements Agreement (mdra) and the Ibex Data Management Plan. K. Implement an Approved Mission Assurance Plan. L. Implement a Systems Engineering Function to Verify Performance Specification Compliance to the Mission Science Requirements. M. Design, Fabricate, Integrate and Test the Payload, Spacecraft, Solid Rocket Motor and Launch Vehicle Adapter, and Integrate the Ibex Flight Segment With the Launch Vehicle. N. Implement a Safety Program Including the Generation of the Missile System Pre-Launch Safety Package (mspsp). O. Support Launch, Perform On-Orbit Checkout, and Establish On-Orbit Data Acquisition Contact With the Payload. Within the First 30 Days After Launch, Initial Engineering and Science Checkout and Verification of Spacecraft In-Flight Operation Will BE Performed. P. Provide the Services of the MCC and the Isoc. Q. Conduct the E/PO Program in Cooperation With the Identified Team Members — $116.1M (National Aeronautics and Space Administration)
Other Nuclear Regulatory Commission Contracts
- (information Technology Infrastructure Support Services (itiss)) — $208.2M (NTT Data Services Federal Government, LLC)
- Infrastructure Services and Support Contract — $157.8M (CACI NSS, LLC)
- Glinda Sncc BPA Call — $128.2M (Teksynap Corporation)
- Information Technology Infrastructure Support Services (itiss) — $100.7M (NTT Data Services Federal Government, LLC)
- Integrated Source Management Portfolio — $82.3M (Leidos, Inc.)