Consolidated Waste Removal Services Awarded for $26.2M to Tri-County Recycling Inc. Across Florida, Puerto Rico, and USVI
Contract Overview
Contract Amount: $26,200 ($26.2K)
Contractor: Tri-County Recycling Inc
Awarding Agency: Department of Transportation
Start Date: 2026-03-26
End Date: 2027-03-31
Contract Duration: 370 days
Daily Burn Rate: $71/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MIAMI DISTRICT -CONSOLIDATED WASTE REMOVAL SERVICES AT VARIOUS LOCATION THROUGHOUT THE MIAMI DISTRICT TO INCLUDE THE STATE OF FLORIDA, PUERTO RICO, AND US VIRGIN ISLANDS (USVI).
Place of Performance
Location: MIAMI, MIAMI-DADE County, FLORIDA, 33166
State: Florida Government Spending
Plain-Language Summary
Department of Transportation obligated $26,200 to TRI-COUNTY RECYCLING INC for work described as: MIAMI DISTRICT -CONSOLIDATED WASTE REMOVAL SERVICES AT VARIOUS LOCATION THROUGHOUT THE MIAMI DISTRICT TO INCLUDE THE STATE OF FLORIDA, PUERTO RICO, AND US VIRGIN ISLANDS (USVI). Key points: 1. The contract value of $26.2 million over its period of performance suggests a significant need for waste management services across multiple jurisdictions. 2. The 'Hazardous Waste Treatment and Disposal' NAICS code indicates specialized services are required, potentially involving higher costs and specific regulatory compliance. 3. The definitive contract type implies a clear scope and pricing structure, but the lack of specific details on task orders limits a granular performance assessment. 4. The firm-fixed-price nature of the contract shifts cost risk to the contractor, which can be beneficial for budget predictability. 5. The geographic scope covering Florida, Puerto Rico, and the US Virgin Islands presents logistical complexities that could impact service delivery and cost. 6. The absence of a small business set-aside suggests this contract was not specifically targeted to promote small business participation.
Value Assessment
Rating: fair
The contract value of $26.2 million for consolidated waste removal services across a broad geographic area appears to be within a reasonable range for such extensive operations. However, without specific details on the volume of waste, types of services rendered (e.g., hazardous vs. non-hazardous), and the duration of service delivery, a precise value-for-money assessment is challenging. Benchmarking against similar large-scale, multi-jurisdictional waste management contracts would be necessary for a more definitive comparison.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as 'NOT AVAILABLE FOR COMPETITION,' indicating a sole-source or limited competition scenario. The specific reasons for this determination are not provided, but it suggests that either only one responsible source was available, or an exception to full and open competition was justified. The lack of competitive bidding means that price discovery through market forces was bypassed, potentially leading to higher costs than if multiple bidders had participated.
Taxpayer Impact: For taxpayers, a sole-source award means there was no opportunity to benefit from competitive pricing, which could result in a less favorable price compared to a fully competed contract. This also raises questions about the justification for not seeking competition.
Public Impact
The primary beneficiaries are federal agencies operating within the Miami District, Florida, Puerto Rico, and the US Virgin Islands, who will receive consolidated waste removal services. The services delivered include hazardous waste treatment and disposal, ensuring compliance with environmental regulations across these locations. The geographic impact is substantial, covering a wide area including mainland US, a US territory, and another US territory, requiring coordinated logistics. Workforce implications are likely for the contractor, Tri-County Recycling Inc., who will need to manage operations and personnel across these diverse regions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition raises concerns about potential overpricing and reduced incentive for efficiency.
- The broad geographic scope introduces logistical challenges that could lead to service disruptions or increased costs.
- The 'Hazardous Waste Treatment and Disposal' NAICS code implies complex regulatory compliance, increasing the risk of non-compliance if not managed meticulously.
Positive Signals
- The firm-fixed-price contract structure provides cost certainty for the government.
- Consolidating services under one contract can lead to administrative efficiencies and streamlined management.
- The definitive contract type suggests a well-defined scope of work, reducing ambiguity.
Sector Analysis
The waste management and disposal services sector is a critical component of infrastructure, supporting various government and commercial operations. This contract falls under the 'Hazardous Waste Treatment and Disposal' category (NAICS 562211), which is a specialized segment of the broader environmental services market. The market for hazardous waste disposal is often characterized by significant regulatory oversight, high capital investment in specialized facilities, and a need for experienced personnel. Given the extensive geographic coverage and the nature of the services, this contract represents a substantial engagement within this sector.
Small Business Impact
The contract data indicates that this was not a small business set-aside, and there is no explicit mention of subcontracting goals for small businesses. This suggests that the primary award was not structured to specifically promote small business participation. Consequently, the direct impact on the small business ecosystem for this particular contract may be limited unless the prime contractor voluntarily engages small businesses as subcontractors.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Transportation and the Federal Aviation Administration. As a definitive contract, its terms and performance are subject to the oversight mechanisms established by these agencies. Transparency regarding the specific justifications for the sole-source award and ongoing performance monitoring would be key accountability measures. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Federal Aviation Administration (FAA) Operations and Maintenance Contracts
- Department of Transportation (DOT) Facilities Management
- Environmental Protection Agency (EPA) Hazardous Waste Management Programs
- General Services Administration (GSA) Schedules for Environmental Services
Risk Flags
- Sole-source award lacks competitive pricing.
- Broad geographic scope increases logistical complexity and risk.
- NAICS code indicates specialized and potentially high-risk services (hazardous waste).
Tags
transportation, department-of-transportation, federal-aviation-administration, waste-removal, hazardous-waste, definitive-contract, firm-fixed-price, sole-source, florida, puerto-rico, us-virgin-islands, large-value
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $26,200 to TRI-COUNTY RECYCLING INC. MIAMI DISTRICT -CONSOLIDATED WASTE REMOVAL SERVICES AT VARIOUS LOCATION THROUGHOUT THE MIAMI DISTRICT TO INCLUDE THE STATE OF FLORIDA, PUERTO RICO, AND US VIRGIN ISLANDS (USVI).
Who is the contractor on this award?
The obligated recipient is TRI-COUNTY RECYCLING INC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $26,200.
What is the period of performance?
Start: 2026-03-26. End: 2027-03-31.
What is the historical spending pattern for consolidated waste removal services by the FAA in the Miami District?
Historical spending data for consolidated waste removal services by the FAA specifically in the Miami District is not readily available in the provided data. However, the current award of $26.2 million for a period of approximately 1.5 years (from March 2026 to March 2027) suggests a significant and ongoing requirement. To understand historical patterns, one would need to examine past contracts for similar services, potentially looking at individual task orders or broader regional contracts awarded by the FAA or other DOT agencies in the affected geographic areas (Florida, Puerto Rico, USVI). Analyzing trends in contract values, durations, and competition levels over time would provide a clearer picture of the FAA's investment in waste management.
How does the per-unit cost of this contract compare to industry benchmarks for hazardous waste treatment and disposal?
A direct comparison of per-unit costs is not feasible with the current data. The contract value of $26.2 million is an aggregate amount for consolidated services across a wide geographic area and an unspecified volume of waste. To benchmark per-unit costs, detailed information on the types and quantities of waste treated and disposed of, as well as the specific services rendered (e.g., transportation, treatment, disposal fees), would be required. Industry benchmarks for hazardous waste services vary significantly based on waste type, treatment method, volume, and geographic location. Without these specifics, any comparison would be speculative.
What are the specific risks associated with the sole-source award of this waste removal contract?
The primary risk associated with a sole-source award is the potential for inflated pricing due to the absence of competitive pressure. Without competing bids, the government may not achieve the most cost-effective solution. Additionally, a sole-source award can indicate a lack of market readiness or a failure to adequately plan for competition, which could signal underlying issues with contract management or market dynamics. There's also a risk that the contractor may have less incentive to innovate or improve service quality compared to a competitive environment. Transparency regarding the justification for the sole-source status is crucial to mitigate these risks and ensure accountability.
What is the track record of Tri-County Recycling Inc. in performing similar federal contracts?
Information regarding the track record of Tri-County Recycling Inc. in performing similar federal contracts is not provided in the data. To assess their capabilities and past performance, a review of their contract history with federal agencies, including contract values, durations, performance evaluations (e.g., CPARS reports), and any past disputes or issues, would be necessary. Understanding their experience with hazardous waste management, large-scale operations, and service delivery across multiple jurisdictions would be key indicators of their suitability for this contract.
What are the potential performance issues or challenges given the contract's broad geographic scope?
The contract's broad geographic scope, encompassing Florida, Puerto Rico, and the US Virgin Islands, presents several potential performance challenges. Logistical complexities in coordinating waste collection, transportation, and disposal across these diverse and geographically separated locations are significant. Ensuring consistent service quality, adherence to local regulations in each jurisdiction, and timely response to service calls can be difficult. The contractor must manage a robust supply chain and potentially multiple operational hubs. Furthermore, unforeseen events like natural disasters or transportation disruptions in any of these regions could impact service delivery and require contingency planning.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Waste Treatment and Disposal › Hazardous Waste Treatment and Disposal
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 697DCK-26-R-00143
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 14850 EGAN LN, MIAMI LAKES, FL, 33014
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $313,000
Exercised Options: $80,600
Current Obligation: $26,200
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2026-03-26
Current End Date: 2027-03-31
Potential End Date: 2031-03-31 00:00:00
Last Modified: 2026-04-06
More Contracts from Tri-County Recycling Inc
- Trash Pick-Up Service for the ZMA Artcc Facility AS PER Attached SOW. This Includes ZMA Artcc and CFF — $110.6K (Department of Transportation)
Other Department of Transportation Contracts
- Dafis UDO Reconstruct W/O Advance — $3.8B (Lockheed Martin Services, LLC)
- THE Purpose of This Delivery Order Award IS to ADD Funding for FTI Telecommunications Services — $1.9B (Harris Corporation)
- Provide Funding for Clin 302 for Pre-Flight and In-Flight Services. Contract Number Dtfawa-05-C-00031, Lockheed Martin. POP 01/16/08-03/31/08 — $1.9B (Leidos, Inc.)
- Center for Advanced Aviation Development (caasd) Ffrdc Mitre — $1.7B (THE Mitre Corporation)
- Dafis UDO Reconstruct W/O Advance — $1.5B (Harris Corporation)