DoD Awards $31.8M Superfund Site Remediation Contract to HGL-APTIM JV
Contract Overview
Contract Amount: $31,800,000 ($31.8M)
Contractor: Hgl-Aptim Technologies JV LLC
Awarding Agency: Department of Defense
Start Date: 2025-02-20
End Date: 2030-02-19
Contract Duration: 1,825 days
Daily Burn Rate: $17.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: MAYWOOD SUPERFUND SITE - SEED TASK ORDER
Place of Performance
Location: MAYWOOD, BERGEN County, NEW JERSEY, 07607
Plain-Language Summary
Department of Defense obligated $31.8 million to HGL-APTIM TECHNOLOGIES JV LLC for work described as: MAYWOOD SUPERFUND SITE - SEED TASK ORDER Key points: 1. Contract awarded for environmental remediation services at Maywood Superfund Site. 2. HGL-APTIM Technologies JV LLC secured the task order. 3. The contract is a Cost Plus Fixed Fee type. 4. Competition was full and open after exclusion of sources. 5. The contract duration is 5 years.
Value Assessment
Rating: good
The contract is a Cost Plus Fixed Fee type, which allows for flexibility in scope but requires careful oversight to manage costs. The fixed fee component provides some cost control.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition after exclusion of sources, indicating a competitive process was used to select the contractor. This method generally promotes price discovery and value.
Taxpayer Impact: Taxpayers benefit from a competitive bidding process that aims to secure the best value for environmental remediation services.
Public Impact
Environmental cleanup at a Superfund site ensures public health and safety. Long-term remediation efforts can restore ecological balance. Contracting for these services supports specialized environmental firms and their employees.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee contracts can lead to cost overruns if not managed diligently.
- Exclusion of sources in competition, even if justified, warrants scrutiny.
Positive Signals
- Awarded under full and open competition.
- Long contract duration allows for sustained remediation efforts.
- Focus on a critical environmental cleanup project.
Sector Analysis
Environmental remediation services fall under the broader professional, scientific, and technical services sector. Spending in this sector is driven by regulatory requirements and infrastructure needs.
Small Business Impact
The contract was awarded to HGL-APTIM Technologies JV LLC, a joint venture. Analysis is needed to determine the extent of small business participation within the joint venture or as subcontractors.
Oversight & Accountability
The Cost Plus Fixed Fee structure necessitates robust oversight from the Department of the Army to ensure costs are reasonable and the fixed fee is earned appropriately. Regular performance reviews are crucial.
Related Government Programs
- Remediation Services
- Department of Defense Contracting
- Department of the Army Programs
Risk Flags
- Potential for cost overruns with Cost Plus Fixed Fee contract.
- Need for detailed oversight of joint venture's small business utilization.
- Justification for 'exclusion of sources' requires scrutiny.
- Long-term environmental effectiveness depends on diligent execution and monitoring.
Tags
remediation-services, department-of-defense, nj, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $31.8 million to HGL-APTIM TECHNOLOGIES JV LLC. MAYWOOD SUPERFUND SITE - SEED TASK ORDER
Who is the contractor on this award?
The obligated recipient is HGL-APTIM TECHNOLOGIES JV 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 $31.8 million.
What is the period of performance?
Start: 2025-02-20. End: 2030-02-19.
What is the estimated total cost for the entire remediation project beyond this task order?
This task order represents a significant investment of $31.8 million for remediation services. However, the total cost for the entire Maywood Superfund Site cleanup is not detailed here. Further investigation into the site's overall remediation plan and budget would be necessary to understand the complete financial picture and long-term taxpayer commitment.
How will the 'exclusion of sources' in the competition be monitored for fairness and effectiveness?
The justification for excluding certain sources must be clearly documented and reviewed by the contracting agency. Monitoring would involve ensuring the exclusion criteria were met, that the remaining competition was robust, and that the final price reflects fair market value despite the limited pool of bidders. Transparency in this process is key.
What are the key performance indicators (KPIs) for this remediation contract to ensure effectiveness?
Effective remediation requires clearly defined KPIs, such as contaminant reduction levels, soil and water quality improvements, adherence to environmental regulations, and project completion timelines. The contract should specify measurable targets for these indicators, with regular reporting and verification to ensure the contractor is meeting its obligations and achieving the desired environmental outcomes.
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: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: W912DQ23R3040
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 11107 SUNSET HILLS RD STE 400, RESTON, VA, 20190
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $32,277,984
Exercised Options: $32,277,984
Current Obligation: $31,800,000
Actual Outlays: $4,039,962
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: W912DQ25D3000
IDV Type: IDC
Timeline
Start Date: 2025-02-20
Current End Date: 2030-02-19
Potential End Date: 2030-02-19 00:00:00
Last Modified: 2025-09-03
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)