DoD awards $19.4M for wildfire response services in California, citing sole-source justification
Contract Overview
Contract Amount: $19,383,560 ($19.4M)
Contractor: Cedar International Services LLC
Awarding Agency: Department of Defense
Start Date: 2025-03-12
End Date: 2025-08-31
Contract Duration: 172 days
Daily Burn Rate: $112.7K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: QAS, QAR LEVEL 1 CALIFORNIA WILDFIRES
Place of Performance
Location: PACIFIC PALISADES, LOS ANGELES County, CALIFORNIA, 90272
Plain-Language Summary
Department of Defense obligated $19.4 million to CEDAR INTERNATIONAL SERVICES LLC for work described as: QAS, QAR LEVEL 1 CALIFORNIA WILDFIRES Key points: 1. Contract awarded on a sole-source basis, limiting price competition. 2. Services are critical for immediate wildfire response and mitigation efforts. 3. Delivery order under an existing contract structure. 4. Performance period is relatively short, indicating urgent need. 5. Contractor has experience in disaster response and emergency services. 6. Geographic focus on California wildfires highlights regional vulnerability.
Value Assessment
Rating: fair
The contract's value of $19.4 million for a 5-month period appears high, especially given it was not competed. Benchmarking against similar wildfire response contracts is difficult without more data on the scope of services and the specific nature of the threat. The firm fixed-price structure provides some cost certainty, but the lack of competition raises concerns about whether the government achieved the best possible value. The awarded amount is a significant investment for a short-term need.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded using a sole-source justification, meaning only one contractor was solicited. This approach bypasses the competitive bidding process, which typically drives down prices and encourages innovation. While sole-source awards are sometimes necessary for specialized services or urgent needs, they inherently reduce the government's ability to secure the most cost-effective solution. The absence of multiple bidders means there was no direct comparison of pricing or capabilities.
Taxpayer Impact: Taxpayers may be paying a premium due to the lack of competitive pressure. Without a bidding process, it's harder to ensure funds are used efficiently and that the price reflects true market value.
Public Impact
The primary beneficiaries are federal and state agencies responsible for wildfire management and suppression in California. Services delivered likely include emergency response, containment support, and potentially post-fire assessment. Geographic impact is concentrated in California, a state prone to severe wildfire seasons. Workforce implications include deployment of specialized personnel and equipment for critical incident support.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits transparency and potential cost savings.
- High dollar value for a short-term, non-competed service.
- Potential for cost overruns if scope expands beyond initial delivery order.
- Reliance on a single vendor may create future dependency.
Positive Signals
- Addresses critical need for wildfire response in a high-risk region.
- Firm fixed-price contract provides budget predictability.
- Contractor likely possesses specialized skills for emergency operations.
- Supports national security interests by protecting critical infrastructure and resources.
Sector Analysis
This contract falls within the Engineering Services sector, specifically related to emergency response and disaster management. The market for such services is often characterized by specialized firms capable of rapid deployment and handling high-risk operations. While specific benchmarks for wildfire response contracts are scarce, the overall engineering services market is substantial. This award represents a targeted investment in a critical capability for a region facing significant environmental challenges.
Small Business Impact
The contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses in the provided data. This suggests that the primary contractor, Cedar International Services LLC, will likely perform the majority of the work. The absence of small business participation opportunities in this specific award may limit the broader impact on the small business ecosystem within this sector.
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 firm fixed-price contract type, requiring the contractor to deliver specified services within the agreed-upon cost. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Wildfire Suppression Services
- Emergency Management Support
- Federal Disaster Relief Programs
- Department of Defense Readiness Contracts
Risk Flags
- Sole-source award
- High dollar value for short duration
- Lack of competitive bidding
Tags
engineering-services, department-of-defense, department-of-the-army, california, wildfire-response, delivery-order, sole-source, firm-fixed-price, emergency-services, natural-disaster-support
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $19.4 million to CEDAR INTERNATIONAL SERVICES LLC. QAS, QAR LEVEL 1 CALIFORNIA WILDFIRES
Who is the contractor on this award?
The obligated recipient is CEDAR INTERNATIONAL 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 $19.4 million.
What is the period of performance?
Start: 2025-03-12. End: 2025-08-31.
What specific services are included under this $19.4 million delivery order for wildfire response?
The provided data does not detail the specific services encompassed by this $19.4 million delivery order. However, given the context of 'QAS, QAR LEVEL 1 CALIFORNIA WILDFIRES' and the contractor's likely specialization, services could include incident command support, aerial firefighting coordination, ground crew deployment, logistical support for firefighting operations, emergency infrastructure protection, and post-fire damage assessment. The 'QAS' and 'QAR' acronyms might refer to Quality Assurance Surveillance or specific phases of wildfire response, suggesting a focus on operational readiness and execution. Further details would be found in the contract's statement of work.
Why was this contract awarded on a sole-source basis instead of being competed?
The data indicates the contract was awarded 'NOT AVAILABLE FOR COMPETITION,' which typically signifies a sole-source justification. Common reasons for sole-sourcing include urgent and compelling needs where a delay in competition would cause significant damage to the government, the availability of only one responsible source with the unique capability required, or if the contract is a follow-on to a previously competed contract where only one contractor can provide the necessary services. Without the specific justification document, the precise reason remains unknown, but it implies a perceived inability to obtain the required services through a competitive process within the necessary timeframe or capability constraints.
How does the $19.4 million cost compare to similar wildfire response contracts awarded by the Department of Defense?
Benchmarking this $19.4 million contract against similar wildfire response contracts is challenging without more specific comparative data. Wildfire response needs can vary significantly in scope, duration, and required resources (e.g., personnel, aircraft, equipment). However, $19.4 million for a contract with an estimated duration of approximately 5 months (March 12, 2025, to August 31, 2025) represents a substantial investment. Given that it was sole-sourced, it's difficult to ascertain if this represents optimal value compared to what could have been achieved through competition. A thorough comparison would require analyzing the specific services rendered, the geographic area covered, and the intensity of the wildfire threat during the contract period.
What is the track record of Cedar International Services LLC in providing wildfire response or similar emergency services?
Cedar International Services LLC's track record in providing wildfire response or similar emergency services is not detailed in the provided data. However, their selection for this significant contract by the Department of the Army suggests they possess relevant capabilities and experience. Companies awarded sole-source contracts, especially for critical services like wildfire response, often have a demonstrated history of performance, specialized expertise, or unique resources that meet the government's specific requirements. Further investigation into their past performance records, contract history, and client testimonials would be necessary to fully assess their capabilities.
What are the potential risks associated with awarding a sole-source contract for critical wildfire response services?
The primary risks associated with awarding a sole-source contract for critical wildfire response services include a lack of price competition, potentially leading to higher costs for taxpayers. There's also a reduced incentive for the contractor to innovate or offer the most efficient solutions, as they face no direct rivals. Furthermore, sole-sourcing can limit the government's options if the contractor underperforms or faces unforeseen issues, as transitioning to another provider mid-response could be extremely difficult and disruptive. This reliance on a single entity also raises concerns about long-term strategic sourcing and potential vendor lock-in.
How does this contract align with the Department of Defense's broader mission regarding natural disaster response and support to civil authorities?
This contract aligns with the Department of Defense's (DoD) broader mission to support civil authorities during natural disasters, including wildfires. The DoD possesses unique logistical, personnel, and equipment capabilities that can be crucial in augmenting civilian response efforts, especially in large-scale emergencies. By contracting for specialized wildfire response services in California, a state frequently impacted by severe fires, the DoD is proactively ensuring critical support is available. This contract enables the effective deployment of resources to protect lives, property, and critical infrastructure, thereby fulfilling a key aspect of the DoD's role in national security and disaster response.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: W912PL25R0016
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 200 CITY HALL AVE, POQUOSON, VA, 23662
Business Categories: 8(a) Program Participant, Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Native Hawaiian Organization Owned Firm, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $19,383,560
Exercised Options: $19,383,560
Current Obligation: $19,383,560
Actual Outlays: $7,533,768
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: W912PL25D0031
IDV Type: IDC
Timeline
Start Date: 2025-03-12
Current End Date: 2025-08-31
Potential End Date: 2025-08-31 00:00:00
Last Modified: 2025-11-24
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)