NOAA awards $2.7M dockside repair contract to JAG Alaska Inc. for FY26 ship maintenance
Contract Overview
Contract Amount: $2,713,014 ($2.7M)
Contractor: JAG Alaska Inc.
Awarding Agency: Department of Commerce
Start Date: 2025-08-05
End Date: 2026-03-03
Contract Duration: 210 days
Daily Burn Rate: $12.9K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FY 2026 DOCKSIDE REPAIRS FOR NOAA SHIP FAIRWEATHER IN KETCHIKAN, AK.
Place of Performance
Location: KETCHIKAN, KETCHIKAN GATEWAY County, ALASKA, 99901
State: Alaska Government Spending
Plain-Language Summary
Department of Commerce obligated $2.7 million to JAG ALASKA INC. for work described as: FY 2026 DOCKSIDE REPAIRS FOR NOAA SHIP FAIRWEATHER IN KETCHIKAN, AK. Key points: 1. Contract value appears reasonable for specialized ship repair services. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract duration of 210 days is standard for this type of service. 4. Performance is expected in Ketchikan, Alaska, indicating a localized service delivery. 5. The firm-fixed-price structure shifts risk to the contractor. 6. This award supports the operational readiness of NOAA's research fleet.
Value Assessment
Rating: good
The contract value of $2.7 million for dockside repairs of the NOAA Ship Fairweather seems within a reasonable range for specialized maritime maintenance. Benchmarking against similar NOAA or other federal agency ship repair contracts of comparable scope and vessel type would provide a more precise value assessment. The firm-fixed-price contract type suggests that the pricing is set, and any cost overruns would be borne by the contractor, which is generally favorable for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates that while the competition was intended to be open, certain sources were excluded, potentially limiting the pool of bidders. The specific reasons for exclusion are not detailed here, but it suggests a deviation from a purely unrestricted full and open competition. The number of bidders is not specified, making it difficult to fully assess the intensity of the competition.
Taxpayer Impact: While the exclusion of sources may have limited the competitive landscape, the use of a full and open approach aims to ensure fair pricing. Further details on the exclusion criteria would be needed to definitively assess the impact on taxpayer value.
Public Impact
The primary beneficiary is the National Oceanic and Atmospheric Administration (NOAA), ensuring the operational capability of its research vessel. The services delivered include essential dockside repairs and maintenance for the NOAA Ship Fairweather. The geographic impact is localized to Ketchikan, Alaska, where the repairs will be performed. The contract supports skilled labor in the maritime repair sector within Alaska.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition due to exclusion of sources, which could impact price discovery.
- Reliance on a single delivery order may not reflect long-term cost efficiencies if multiple repairs are needed.
Positive Signals
- Firm-fixed-price contract insulates the government from cost overruns.
- Award to a specific Alaskan company supports regional economic development.
- Clear definition of services for ship repair ensures focused execution.
Sector Analysis
This contract falls within the Ship Building and Repairing sector, a critical component of the maritime industry that supports naval, research, and commercial fleets. The market for specialized ship repair is often characterized by a mix of large shipyards and smaller, specialized repair facilities. Federal spending in this area is driven by the need to maintain aging government vessels and ensure operational readiness. Comparable spending benchmarks would involve analyzing contracts for similar vessel classes and repair scopes across agencies like the Navy, Coast Guard, and NOAA.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a set-aside provision. The primary contractor, JAG Alaska Inc., is likely a small business given its name and location, but this is not explicitly stated in the provided data.
Oversight & Accountability
Oversight for this contract would primarily fall under the National Oceanic and Atmospheric Administration (NOAA) contracting officers and program managers. Accountability measures are embedded in the firm-fixed-price contract terms, requiring JAG Alaska Inc. to complete the specified repairs within the agreed-upon price and timeframe. Transparency is facilitated through federal contract databases where such awards are reported. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- NOAA Ship Maintenance Contracts
- Federal Maritime Repair Services
- Ship Building and Repairing Contracts
- Alaska Regional Contracts
Risk Flags
- Limited competition due to exclusion of sources.
- Potential for scope creep if unforeseen issues require additional work beyond the initial contract.
Tags
ship-repair, noaa, department-of-commerce, firm-fixed-price, delivery-order, alaska, ketchikan, full-and-open-competition-after-exclusion-of-sources, ship-building-and-repairing, research-vessel
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $2.7 million to JAG ALASKA INC.. FY 2026 DOCKSIDE REPAIRS FOR NOAA SHIP FAIRWEATHER IN KETCHIKAN, AK.
Who is the contractor on this award?
The obligated recipient is JAG ALASKA INC..
Which agency awarded this contract?
Awarding agency: Department of Commerce (National Oceanic and Atmospheric Administration).
What is the total obligated amount?
The obligated amount is $2.7 million.
What is the period of performance?
Start: 2025-08-05. End: 2026-03-03.
What is the track record of JAG Alaska Inc. in performing similar federal contracts?
Information regarding the specific track record of JAG Alaska Inc. in performing similar federal contracts is not provided in the data. A comprehensive assessment would require reviewing past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), contract history, and any reported issues or successes on previous government awards. Without this data, it is difficult to definitively assess their capability and reliability for this specific dockside repair project. Federal procurement databases would be the primary source for this historical performance information.
How does the awarded price of $2.7 million compare to market rates for similar dockside repairs?
The awarded price of $2.7 million for dockside repairs of the NOAA Ship Fairweather is a specific figure, but without detailed specifications of the work scope, vessel condition, and prevailing labor/material costs in Ketchikan, Alaska, a direct market rate comparison is challenging. Generally, firm-fixed-price contracts aim to secure competitive pricing. To benchmark effectively, one would need to compare this contract's value against similar repair contracts for vessels of comparable size and complexity, considering factors like duration, required expertise, and geographic location. Industry cost guides and historical data from similar federal procurements would be essential for a robust comparison.
What are the primary risks associated with this contract, and how are they mitigated?
Key risks include potential delays in repair completion, unforeseen technical issues arising during the repair process, and contractor performance issues. Mitigation strategies are embedded within the contract structure. The firm-fixed-price nature shifts cost overrun risk to the contractor. The defined delivery order period (210 days) sets a clear timeline. NOAA's oversight, including potential inspections and progress reviews, will monitor performance. The 'exclusion of sources' in the competition might also represent a risk if it inadvertently limited the selection of the most capable or cost-effective provider.
What is the expected effectiveness of these repairs in ensuring the NOAA Ship Fairweather's operational readiness?
The effectiveness of these repairs is directly tied to the scope of work and the quality of execution by JAG Alaska Inc. Assuming the contract covers all necessary critical repairs identified for the NOAA Ship Fairweather, the expected outcome is the restoration or maintenance of its operational readiness for its planned missions. The firm-fixed-price contract implies that the contractor is responsible for delivering the specified outcome. NOAA's technical representatives will likely monitor the work to ensure it meets required standards, thereby contributing to the vessel's effectiveness.
How does this $2.7 million award fit into NOAA's historical spending patterns for ship maintenance?
Analyzing this $2.7 million award within NOAA's historical spending requires access to historical budget and contract data. NOAA operates a fleet of research vessels, and maintenance costs can fluctuate significantly based on vessel age, type, and the extent of required repairs. A single major repair contract like this could represent a substantial portion of annual maintenance spending for a specific vessel or a significant investment in fleet readiness. Comparing this award to previous years' spending on similar repair projects, or to the overall budget allocated for fleet maintenance, would provide context on its relative scale and importance.
Industry Classification
NAICS: Manufacturing › Ship and Boat Building › Ship Building and Repairing
Product/Service Code: SHIPS, SMALL CRAFT, PONTOON, DOCKS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 1305M224R0037
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3306 SORREL RD, SEWARD, AK, 99664
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,713,014
Exercised Options: $2,713,014
Current Obligation: $2,713,014
Actual Outlays: $1,661,774
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 1305M223DNMAN0059
IDV Type: IDC
Timeline
Start Date: 2025-08-05
Current End Date: 2026-03-03
Potential End Date: 2026-03-04 00:00:00
Last Modified: 2026-04-13
More Contracts from JAG Alaska Inc.
- 1305M225C0004 - Oscar Dyson FSV Midlife Extension Program — $95.4M (Department of Commerce)
- Usns Grasp Regular Overhaul DRY Docking Fiscal Year 2025 — $18.8M (Department of Defense)
- FY26 5-Year DRY Dock Repairs for Noaa Ship Okeanos Explorer — $6.6M (Department of Commerce)
- Provide Drydocking and Ship Repair to Noaa Ship Rainier — $5.6M (Department of Commerce)
Other Department of Commerce Contracts
- THE Purpose of This Contract IS to Develop the Ground System That Will Support Noaa S Next Generation Geostationary Satellite Series, Goes-R. This NEW Series of Spacecraft, SET to Begin Launching in 2015, IS Expected to Double the Clarity of Today S Satellite Imagery and Provide AT Least 20 Times More Atmospheric Observations From Space. the Contractor IS to Design, Develop, Test and Implement the Goes-R Ground System. the Ground System Will Capture Data From the Goes-R Satellites, and Process and Distribute the Information to Operational Users — $1.8B (L3harris Technologies, Inc.)
- Engineering Services and Development Leading to the Delivery of the Jpss Common Ground System Instrument and Support — $1.6B (Raytheon Company)
- Enterprise Solutions Framework (ESF) for Multi-Tiered Acquisition Framework for Systems Engineering and Integration - Program Tier Work Order 003 - 2020 Census Technical Integrator — $1.5B (T-Rex Solutions LLC)
- THE Goal of the Decennial Response Integration System (dris) Contract IS to Obtain a Practical Solution to Providing Respondent Assistance and Data Capture for the 2010 Census — $930.7M (Lockheed Martin Services, LLC)
- 2020 Census Questionnaire Assistance (2020 CQA) — $918.3M (Maximus Federal Services, Inc.)