Conti Federal Services Awarded $5.67M for Unimatic Operable Unit 2 Remedial Action in New Jersey
Contract Overview
Contract Amount: $5,670,664 ($5.7M)
Contractor: Conti Federal Services, LLC
Awarding Agency: Department of Defense
Start Date: 2024-04-16
End Date: 2027-04-15
Contract Duration: 1,094 days
Daily Burn Rate: $5.2K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: UNIMATIC OPERABLE UNIT 2 REMEDIAL ACTION
Place of Performance
Location: FAIRFIELD, ESSEX County, NEW JERSEY, 07004
Plain-Language Summary
Department of Defense obligated $5.7 million to CONTI FEDERAL SERVICES, LLC for work described as: UNIMATIC OPERABLE UNIT 2 REMEDIAL ACTION Key points: 1. Contract awarded to Conti Federal Services, LLC for remediation services. 2. The contract has a duration of 1094 days, ending April 15, 2027. 3. This is a Delivery Order under a larger contract. 4. The contract type is Cost Plus Fixed Fee. 5. The contract was awarded under Full and Open Competition after Exclusion of Sources. 6. The primary location for this action is New Jersey.
Value Assessment
Rating: fair
The contract value of $5.67 million for remediation services appears to be within a reasonable range for a project of this nature, though specific benchmarks are difficult without more detailed scope information. The Cost Plus Fixed Fee (CPFF) structure allows for flexibility but can sometimes lead to higher costs if not managed tightly. Benchmarking against similar environmental remediation projects in New Jersey would provide a clearer picture of value for money. Without comparable contract data, a definitive assessment of pricing efficiency is challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition after Exclusion of Sources,' which suggests that while competition was sought, certain sources may have been excluded for specific reasons. The presence of 2 bids indicates some level of competition, but the exclusion of other potential bidders could limit price discovery and potentially lead to less competitive pricing than a truly open competition.
Taxpayer Impact: The limited competition may mean taxpayers did not benefit from the lowest possible price achievable through a broader bidding process.
Public Impact
The primary beneficiaries are likely the Department of Defense and potentially the surrounding environment and community in New Jersey through the remediation of hazardous materials. The service delivered is remedial action, crucial for environmental cleanup and compliance. The geographic impact is focused on New Jersey, specifically the site of the UNIMATIC OPERABLE UNIT 2. Workforce implications include employment opportunities for skilled labor in environmental remediation within the region.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee contracts can incentivize cost overruns if not rigorously monitored.
- The 'Exclusion of Sources' in the competition method warrants further investigation to ensure fairness and optimal pricing.
- Limited competition (2 bidders) may result in a higher price than a more open bidding process.
Positive Signals
- The contract is for essential environmental remediation services.
- The award is to an established contractor, Conti Federal Services, LLC.
- The project has a defined end date, suggesting a planned completion timeline.
Sector Analysis
Environmental remediation services fall under the broader professional, scientific, and technical services sector. This sector is characterized by specialized expertise and regulatory compliance. The market size for environmental remediation is substantial, driven by industrial activity, government mandates, and cleanup initiatives. This contract fits within the government's ongoing efforts to address environmental liabilities and ensure compliance with regulations, often involving complex and long-term projects.
Small Business Impact
There is no indication of a small business set-aside for this contract, nor is there information on subcontracting plans. This suggests that small businesses may not be directly benefiting from this specific award, although they could potentially be involved as subcontractors if Conti Federal Services utilizes them. The impact on the small business ecosystem is likely minimal unless subcontracting opportunities arise.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of the Army's contracting and program management offices. Accountability measures are inherent in the CPFF contract structure, requiring detailed reporting and justification of costs. Transparency is facilitated through contract award databases, though specific project details and cost breakdowns may be limited. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Environmental Remediation Services
- Department of Defense Contracts
- New Jersey State Contracts
- Cost Plus Fixed Fee Contracts
- Remedial Action Contracts
Risk Flags
- Limited competition may impact final cost.
- Cost Plus Fixed Fee contracts require robust oversight.
- Need to verify justification for 'Exclusion of Sources'.
Tags
remediation-services, department-of-defense, department-of-the-army, new-jersey, cost-plus-fixed-fee, delivery-order, full-and-open-competition-after-exclusion-of-sources, environmental-remediation, federal-contract, remedial-action
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $5.7 million to CONTI FEDERAL SERVICES, LLC. UNIMATIC OPERABLE UNIT 2 REMEDIAL ACTION
Who is the contractor on this award?
The obligated recipient is CONTI FEDERAL SERVICES, LLC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Army).
What is the total obligated amount?
The obligated amount is $5.7 million.
What is the period of performance?
Start: 2024-04-16. End: 2027-04-15.
What is the track record of Conti Federal Services, LLC on similar government contracts?
Conti Federal Services, LLC has a history of performing government contracts, particularly within the construction and environmental services sectors. Analyzing their past performance on similar remediation projects for the Department of Defense or other federal agencies would reveal their reliability, quality of work, and adherence to budget and schedule. Data from contract performance reports (e.g., CPARS) would be crucial to assess their track record. A review of their contract history might show a pattern of successful project completion or highlight areas where they have faced challenges, providing context for their current award.
How does the pricing structure (Cost Plus Fixed Fee) compare to other remediation contracts of similar scope?
The Cost Plus Fixed Fee (CPFF) structure is common for complex projects where the full scope and costs are not precisely definable at the outset, such as environmental remediation. While it offers flexibility, it can be less cost-effective for taxpayers compared to fixed-price contracts if not managed diligently. Benchmarking this contract's fixed fee against the total estimated cost and comparing it to the fee percentages in similar CPFF remediation contracts awarded by the DoD or EPA would be necessary. A higher-than-average fixed fee or a rapid escalation of costs could indicate potential value-for-money concerns.
What are the specific risks associated with the UNIMATIC OPERABLE UNIT 2 site that necessitate this remedial action?
The specific risks associated with the UNIMATIC OPERABLE UNIT 2 site would be detailed in environmental assessments and site investigation reports. These typically involve identifying hazardous substances (e.g., contaminants in soil, groundwater, or vapor), their migration pathways, and potential exposure routes to human health and the environment. Remedial actions are designed to mitigate these risks through methods like containment, removal, treatment, or natural attenuation. Understanding the nature and extent of contamination is critical to evaluating the necessity and scope of the awarded contract.
What is the historical spending pattern for remediation services at this specific site or similar sites within the Department of the Army?
Analyzing historical spending for remediation at the UNIMATIC OPERABLE UNIT 2 site, or comparable sites managed by the Department of the Army, provides crucial context. This involves examining past contracts, their values, durations, and the types of remedial actions performed. Significant year-over-year increases in spending, or a pattern of contract modifications and cost overruns on previous phases, could signal potential inefficiencies or unforeseen complexities. Conversely, consistent and well-managed spending suggests a predictable and controlled remediation process.
What does the 'Exclusion of Sources' in the contract award mean for competition and potential cost savings?
The 'Full and Open Competition after Exclusion of Sources' designation implies that the agency initially intended to compete the contract broadly but subsequently excluded certain potential bidders. The reasons for exclusion can vary, including specific technical capabilities, past performance issues, or proprietary technology requirements. While the agency must justify such exclusions, they inherently limit the pool of competitors. This reduction in competition can lead to less aggressive pricing, potentially resulting in higher costs for taxpayers compared to a scenario with a wider range of bidders vying for the contract.
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 › NATURAL RESOURCES - OTHER SVCS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: W912DQ21R3004
Offers Received: 2
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 11486 CORPORATE BLVD STE 120, ORLANDO, FL, 32817
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $5,670,664
Exercised Options: $5,670,664
Current Obligation: $5,670,664
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: W912DQ22D3006
IDV Type: IDC
Timeline
Start Date: 2024-04-16
Current End Date: 2027-04-15
Potential End Date: 2027-04-15 00:00:00
Last Modified: 2026-03-13
More Contracts from Conti Federal Services, LLC
- Construct B-21 Phase Maintenance Hangar AT Ellsworth AFB — $139.5M (Department of Defense)
- Construct Helo/Trf Ops/Amu and Alert FAC — $133.5M (Department of Defense)
- FY25 MCA PN76583 Company Operations Facility, South Range Schofield Barracks, Oahu, Hawaii — $97.3M (Department of Defense)
- Sofa: Site 13853-417 Construction, Israel — $88.3M (Department of Defense)
- Barracks Renovation, Fort Bragg, NC (barracks H4350, H5122, and H4822) — $74.1M (Department of Defense)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)