NOAA Awards $1.37M for Reuben Lasker Ship Repairs in San Diego, CA
Contract Overview
Contract Amount: $1,374,282 ($1.4M)
Contractor: JAG Industrial Services, Inc
Awarding Agency: Department of Commerce
Start Date: 2025-08-29
End Date: 2026-03-27
Contract Duration: 210 days
Daily Burn Rate: $6.5K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 4
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FY2026 DOCKSIDE REPAIRS FOR NOAA SHIP REUBEN LASKER IN SAN DIEGO, CA.
Place of Performance
Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92101
Plain-Language Summary
Department of Commerce obligated $1.4 million to JAG INDUSTRIAL SERVICES, INC for work described as: FY2026 DOCKSIDE REPAIRS FOR NOAA SHIP REUBEN LASKER IN SAN DIEGO, CA. Key points: 1. Contract awarded to JAG Industrial Services, Inc. for dockside repairs. 2. The contract is a delivery order under a larger contract vehicle. 3. Repairs are scheduled to occur over 210 days. 4. The contract type is Firm Fixed Price, indicating predictable costs.
Value Assessment
Rating: good
The award amount of $1.37M for 210 days of repairs appears reasonable. Benchmarking against similar NOAA vessel repair contracts would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The competition method was 'Full and Open Competition After Exclusion of Sources'. This suggests some initial limitations, but ultimately allowed for broad participation. The price discovery mechanism is influenced by the exclusion of specific sources.
Taxpayer Impact: Taxpayers benefit from competition, even if limited, which helps ensure a fair price for the services rendered.
Public Impact
Ensures operational readiness of NOAA's research vessel Reuben Lasker. Supports critical scientific missions conducted by the NOAA ship. Provides economic activity for ship repair services in San Diego, California.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition method could potentially increase costs.
- Reliance on a single delivery order may not reflect best long-term value.
Positive Signals
- Firm Fixed Price contract provides cost certainty.
- Clear delivery and performance periods.
Sector Analysis
This contract falls within the Ship Building and Repairing sector. Spending in this sector is crucial for maintaining national maritime assets and supporting scientific research infrastructure.
Small Business Impact
The data indicates that small business participation was not a factor in this specific award (ss: false, sb: false). Further analysis would be needed to understand the overall small business utilization within the parent contract vehicle.
Oversight & Accountability
The Department of Commerce, through NOAA, is responsible for overseeing this contract. Standard procurement regulations and oversight mechanisms should ensure accountability.
Related Government Programs
- Ship Building and Repairing
- Department of Commerce Contracting
- National Oceanic and Atmospheric Administration Programs
Risk Flags
- Potential for limited competition to inflate prices.
- Lack of detail on specific repair tasks.
- Unknown total value of the parent contract.
- No explicit mention of small business participation.
Tags
ship-building-and-repairing, department-of-commerce, ca, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $1.4 million to JAG INDUSTRIAL SERVICES, INC. FY2026 DOCKSIDE REPAIRS FOR NOAA SHIP REUBEN LASKER IN SAN DIEGO, CA.
Who is the contractor on this award?
The obligated recipient is JAG INDUSTRIAL SERVICES, 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 $1.4 million.
What is the period of performance?
Start: 2025-08-29. End: 2026-03-27.
What was the rationale for excluding specific sources in the competition?
The rationale for excluding specific sources needs further investigation. Understanding the technical requirements, past performance, or specialized capabilities that led to this exclusion is crucial. This information would clarify whether the exclusion was justified to ensure the best value for the government or if it unnecessarily limited competition.
How does the $1.37M award compare to the total value of the parent contract?
The total value of the parent contract is not provided in the data. Knowing the total contract value would help assess the significance of this $1.37M delivery order. It would also indicate whether this repair is a routine maintenance task or a major overhaul within the larger contract's scope.
What are the specific repair tasks included in this delivery order?
The specific repair tasks are not detailed in the provided data. A breakdown of the required repairs would allow for a more precise assessment of value for money and potential risks associated with the scope of work. Understanding the nature of the repairs is key to evaluating the effectiveness of the contract.
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: 1305M225R0038
Offers Received: 4
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 225 E CHICAGO ST, JONESVILLE, MI, 49250
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $1,374,282
Exercised Options: $1,374,282
Current Obligation: $1,374,282
Actual Outlays: $323,937
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 1305M223DNMAN0043
IDV Type: IDC
Timeline
Start Date: 2025-08-29
Current End Date: 2026-03-27
Potential End Date: 2026-03-27 00:00:00
Last Modified: 2026-04-09
More Contracts from JAG Industrial Services, Inc
- Usns Grasp FY26 MID Term Availability — $8.2M (Department of Defense)
- Oliver Henry & Myrtle Hazard DS FY-26 — $3.0M (Department of Homeland Security)
- This Award IS for the Dockside Repairs to the Uscgc Waesche in Alameda, CA. Period of Performance IS 01 JUN 2026 to 27 JUL 2026 — $1.9M (Department of Homeland Security)
- Uscgc Anvil and Barge Dockside Repaira — $470.0K (Department of Homeland Security)
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.)