DTSC Oversees Santa Susana Field Lab Remediation with $9.9M Contract
Contract Overview
Contract Amount: $9,937,752 ($9.9M)
Contractor: State of California Department of Toxic Substances Control
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2020-03-01
End Date: 2026-04-30
Contract Duration: 2,251 days
Daily Burn Rate: $4.4K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST NO FEE
Sector: Other
Official Description: CALIFORNIA DEPARTMENT OF TOXIC SUBSTANCE CONTROL (DTSC) OVERSIGHT FOR SANTA SUSANA FIELD LABORATORY (SSFL).
Place of Performance
Location: WEST HILLS, VENTURA County, CALIFORNIA, 91304
Plain-Language Summary
National Aeronautics and Space Administration obligated $9.9 million to STATE OF CALIFORNIA DEPARTMENT OF TOXIC SUBSTANCES CONTROL for work described as: CALIFORNIA DEPARTMENT OF TOXIC SUBSTANCE CONTROL (DTSC) OVERSIGHT FOR SANTA SUSANA FIELD LABORATORY (SSFL). Key points: 1. Contract awarded to State of California DTSC for oversight services. 2. NASA is the agency procuring these services. 3. The contract is for Remediation Services, specifically oversight. 4. This is a sole-source contract, raising potential competition concerns.
Value Assessment
Rating: fair
The contract value is $9.9M over approximately 5 years. Without comparable contracts or detailed cost breakdowns, assessing value for money is difficult. The 'Cost No Fee' structure suggests the government is bearing the cost risk.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This limits price discovery and potentially leads to higher costs compared to a competitive process. The justification for sole-source is not provided.
Taxpayer Impact: Taxpayer funds are being used for this contract. The lack of competition may result in less efficient use of these funds.
Public Impact
Environmental cleanup at a significant former rocket testing site. State agency involved in federal oversight, potentially indicating unique expertise or partnership. Long-term contract duration suggests a complex and ongoing remediation effort.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and price discovery.
- Lack of fee structure in 'Cost No Fee' contract can obscure profit margins.
- Long duration may not reflect current market conditions or needs.
Positive Signals
- Award to a state agency may indicate strong existing relationship or specialized knowledge.
- Focus on environmental remediation addresses a critical public health and safety concern.
Sector Analysis
The contract falls under Remediation Services, a niche within the broader environmental services sector. Spending in this area is driven by regulatory requirements and historical contamination. Benchmarks are difficult without specific service details.
Small Business Impact
This contract does not appear to involve small businesses. The award is to a state government agency, and there is no indication of subcontracting opportunities for small businesses.
Oversight & Accountability
Oversight is being provided by the State of California DTSC, which is the contractor. The effectiveness of this oversight and NASA's internal accountability mechanisms for this contract require further investigation.
Related Government Programs
- Remediation Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Sole-source award
- Lack of competition
- Cost No Fee structure
- Limited transparency on justification
- Potential for cost overruns due to government bearing all cost risk
Tags
remediation-services, national-aeronautics-and-space-administr, ca, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $9.9 million to STATE OF CALIFORNIA DEPARTMENT OF TOXIC SUBSTANCES CONTROL. CALIFORNIA DEPARTMENT OF TOXIC SUBSTANCE CONTROL (DTSC) OVERSIGHT FOR SANTA SUSANA FIELD LABORATORY (SSFL).
Who is the contractor on this award?
The obligated recipient is STATE OF CALIFORNIA DEPARTMENT OF TOXIC SUBSTANCES CONTROL.
Which agency awarded this contract?
Awarding agency: National Aeronautics and Space Administration (National Aeronautics and Space Administration).
What is the total obligated amount?
The obligated amount is $9.9 million.
What is the period of performance?
Start: 2020-03-01. End: 2026-04-30.
What is the justification for the sole-source award, and why was competition not pursued?
The justification for the sole-source award is not provided in the data. Typically, sole-source contracts are used when only one responsible source is available, or for urgent and compelling reasons. Without this justification, it's impossible to assess if competition was appropriately bypassed or if alternative solutions were considered.
How does the 'Cost No Fee' contract structure impact the government's ability to control costs and ensure contractor performance?
A 'Cost No Fee' contract means the contractor is reimbursed for allowable costs but receives no additional fee or profit. This structure shifts cost risk entirely to the government. While it can be used to incentivize cost control, it may also reduce contractor motivation for efficiency if profit is not tied to performance.
What specific remediation oversight activities are included in this contract, and how is their effectiveness measured?
The data only specifies 'Remediation Services' as the product/service. Detailed information on the specific oversight activities, deliverables, and performance metrics is missing. Understanding the scope and how success is measured is crucial for evaluating the contract's effectiveness and value.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Remediation and Other Waste Management Services › Remediation Services
Product/Service Code: NATURAL RESOURCES MANAGEMENT › ENVIRONMENTAL SYSTEMS PROTECTION
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 80MSFC19R0022
Offers Received: 1
Pricing Type: COST NO FEE (S)
Evaluated Preference: NONE
Contractor Details
Address: 1001 I ST, SACRAMENTO, CA, 95812
Business Categories: Category Business, Government, U.S. National Government, Not Designated a Small Business, U.S. Regional/State Government
Financial Breakdown
Contract Ceiling: $10,164,747
Exercised Options: $10,164,747
Current Obligation: $9,937,752
Actual Outlays: $8,352,991
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NOT OBTAINED - WAIVED
Timeline
Start Date: 2020-03-01
Current End Date: 2026-04-30
Potential End Date: 2026-04-30 00:00:00
Last Modified: 2026-03-26
Other National Aeronautics and Space Administration Contracts
- International Space Station — $22.4B (THE Boeing Company)
- TAS::80 0124::TAS Design, Development, Test&evaluation of Project Orion — $15.5B (Lockheed Martin Corp)
- Provide Developmental Hardware and Test Articles, and Manufacture and Assemble Ares I Upper Stages. the Upper Stage (US) Element IS an Integral Part of the Ares I Launch Vehicle and Provides the Second Stage of Flight. the US Element IS Responsible for the Roll Control During the First Stage Burn and Separation; and Will Provide the Guidance and Navigation, Command and Data Handling, and Other Avionics Functions for the Ares I During ALL Phases of the Ascent Flight. the US Element IS a NEW Design That Emphasizes Safety, Operability, and Minimum Life Cycle Cost. the Overall Design, Development, Test and Evaluation (ddt&e), Production, and Sustaining Engineering Efforts Include Activities Performed by Three Organizations; the Nasa Design Team (NDT), the Upper Stage Production Contractor (uspc) and the Instrument Unit Production Contractor (iupc). for Clarity, the Uspc Will BE Referred to AS the Contractor Throughout This Document. Nasa IS Responsible for the Integration of the Primary Elements of the Ares I Launch Vehicle Including: the First Stage, US Including Instrument Unit (IU), and US Engine; and Will Also Integrate the Ares I Launch Vehicle AT the Launch Site. Nasa IS Responsible for the Ddt&e, Including Technical and Programmatic Integration of the US Subsystems and Government-Furnished Property. Nasa Will Lead the Effort to Develop the Requirements and Specifications of the US Element, the Development Plan and Testing Requirements, and ALL Design Documentation, Initial Manufacturing and Assembly Process Planning, Logistics Planning, and Operations Support Planning. Development, Qualification, and Acceptance Testing Will BE Conducted by Nasa and the Contractor to Satisfy Requirements and for Risk Mitigation. Nasa IS Responsible for the Overall Upper Stage Verification and Validation Process and Will Require Support From the Contractor. the Contractor IS Responsible for the Manufacture and Assembly of the Upper Stage Test Flight and Operational Upper Stage Units Including the Installation of Upper Stage Instrument Unit, the Government-Furnished US Engine, Booster Separation Motors, and Other Government-Furnished Property. a Description of the Nasa Managed and Performed Efforts IS Contained in the US Work Packages and Will BE Made Available to the Contractor to Ensure Their Understanding of the Roles and Responsibilities of the NDT, Iupc, and Contractor During the Design, Development, and Operation of the US Element. the US Conceptual Design Described in the Uso-Clv-Se-25704 US Design Definition Document (DDD) IS the Baseline Design for This Contract. the Contractors Early Role Will BE to Provide Producibility Engineering Support to Nasa VIA the Established US Office Structure and to Provide Inputs Into the Final Design Configuration, Specifications, and Standards. Nasa Will Transition the Manufacturing and Assembly, Logistics Support Infrastructure, Configuration Management, and the Sustaining Engineering Functions to the Contractor AT the KEY Points During the Development and Implementation of the Program Currently Planned to Occur NO Later Than 90 Days After the Completion of the Following Major Milestones: Manufacturing and Assembly US Preliminary Design Review (PDR) Logistics Support Infrastructure US PDR Configuration Management US Critical Design Review CDR) Sustaining Engineering US Design Certification Review (DCR) After the Completion of an Orderly Transition of Roles and Responsibilities to the Contractor, Nasa Will Assume an Insight Role Into the Contractors Production, Sustaining Engineering, and Operations Support of the Ares I US Test Program and Flight Hardware. After DCR, the Contractor Will BE Responsible for Sustaining Engineering PER SOW Section 4.7, AS Necessary to Maintain and Support the US Configuration and for Production and Operations Support — $10.5B (THE Boeing Company)
- Space Program Operations Contract (spoc) — $8.5B (United Space Alliance, LLC)
- Joint Us/Russian Human Space Flight Activities — $4.7B (Russia Space Agency)
View all National Aeronautics and Space Administration contracts →