Interior Department awards $19.3M marina and maintenance contract to Shipyard Island Marina, Inc
Contract Overview
Contract Amount: $19,355 ($19.4K)
Contractor: Shipyard Island Marina, Inc.
Awarding Agency: Department of the Interior
Start Date: 2024-08-13
End Date: 2026-09-30
Contract Duration: 778 days
Daily Burn Rate: $25/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: WI - HORICON NWR - MARINA AND MAINTENANCE SERVICES - BASE WITH 4 OPTION YEARS
Place of Performance
Location: MAYVILLE, DODGE County, WISCONSIN, 53050
Plain-Language Summary
Department of the Interior obligated $19,354.93 to SHIPYARD ISLAND MARINA, INC. for work described as: WI - HORICON NWR - MARINA AND MAINTENANCE SERVICES - BASE WITH 4 OPTION YEARS Key points: 1. Contract awarded via Simplified Acquisition Procedures (SAP), suggesting a focus on smaller procurements. 2. The contract is for marina and maintenance services at Horicon National Wildlife Refuge. 3. The base period is for approximately two years, with four option years extending potential performance. 4. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 5. The awardee, Shipyard Island Marina, Inc., is a new entity for this contract. 6. The North American Industry Classification System (NAICS) code is 811490, indicating repair and maintenance services.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging without more detailed cost breakdowns or comparisons to similar marina operations within the National Wildlife Refuge system. The fixed-price nature provides cost certainty for the government, but the overall value depends on the efficiency and quality of the services provided by Shipyard Island Marina, Inc. The contract's duration and scope suggest a significant operational requirement.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was competed under Simplified Acquisition Procedures (SAP), which are typically used for procurements valued below the threshold for full and open competition. While the exact number of bidders is not specified, SAP generally allows for a broader range of potential offerors than sole-source or limited competition methods. This approach aims to balance efficiency with competitive pricing.
Taxpayer Impact: Competing under SAP allows for a degree of price discovery and ensures that taxpayer funds are used efficiently for procurements of this size.
Public Impact
The primary beneficiaries are visitors and users of the Horicon National Wildlife Refuge who rely on well-maintained marina facilities. Services delivered include essential maintenance and operational support for the marina. The geographic impact is localized to the Horicon National Wildlife Refuge in Wisconsin. The contract supports local employment through the awardee's operations and potential subcontracting.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if unforeseen maintenance issues arise that are not adequately captured in the fixed-price structure.
- Dependence on a single contractor for critical marina operations could lead to service disruptions if the contractor underperforms.
- Limited historical performance data for the awardee on federal contracts of this nature.
Positive Signals
- The Firm Fixed Price contract structure incentivizes contractor efficiency and cost control.
- Competition under SAP suggests an effort to obtain competitive pricing.
- The contract duration provides stability for essential services at the refuge.
Sector Analysis
This contract falls within the broader professional, scientific, and technical services sector, specifically focusing on repair and maintenance. The market for marina operations and maintenance can be specialized, often involving local or regional service providers. Comparable spending benchmarks would typically be found within other federal land management agencies (e.g., National Park Service, Bureau of Land Management) that operate similar recreational facilities.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, the primary impact on the small business ecosystem would be through potential subcontracting opportunities, if Shipyard Island Marina, Inc. chooses to engage small businesses for specialized services. Without a set-aside, larger businesses could also compete, potentially limiting direct opportunities for small firms.
Oversight & Accountability
Oversight for this contract will likely be managed by the U.S. Fish and Wildlife Service contracting officer and contracting officer's representative (COR). The fixed-price nature of the contract provides a degree of accountability by placing cost risk on the contractor. Transparency is facilitated through contract award databases, though detailed performance metrics are not publicly available.
Related Government Programs
- National Wildlife Refuge System Operations and Maintenance
- Federal Marina Management Contracts
- Department of the Interior Facility Services
Risk Flags
- Potential performance risk due to limited contractor history.
- Scope definition risk if maintenance requirements are not clearly delineated.
- Environmental compliance risk in a sensitive wildlife refuge setting.
Tags
department-of-the-interior, u-s-fish-and-wildlife-service, horicon-national-wildlife-refuge, marina-services, maintenance-services, competed, simplified-acquisition-procedures, firm-fixed-price, wisconsin, purchase-order, personal-and-household-goods-repair-and-maintenance
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $19,354.93 to SHIPYARD ISLAND MARINA, INC.. WI - HORICON NWR - MARINA AND MAINTENANCE SERVICES - BASE WITH 4 OPTION YEARS
Who is the contractor on this award?
The obligated recipient is SHIPYARD ISLAND MARINA, INC..
Which agency awarded this contract?
Awarding agency: Department of the Interior (U.S. Fish and Wildlife Service).
What is the total obligated amount?
The obligated amount is $19,354.93.
What is the period of performance?
Start: 2024-08-13. End: 2026-09-30.
What is the specific scope of 'maintenance services' included in this contract?
The provided data does not detail the specific maintenance services. However, for a marina contract, this typically encompasses routine upkeep of docks, piers, boat slips, fuel systems, restrooms, and surrounding grounds. It may also include seasonal tasks like winterization/de-winterization, debris removal, and minor repairs to infrastructure. A comprehensive review of the contract's Statement of Work (SOW) would be necessary to ascertain the full extent of required maintenance activities and their associated performance standards.
How does the $19.3 million total contract value compare to similar marina maintenance contracts within federal agencies?
Direct comparison is difficult without access to a database of similar federal marina contracts, including their scope, duration, and location. However, $19.3 million over a potential base period plus four option years (approximately 5-6 years total) suggests a substantial, ongoing operational requirement. For context, smaller, less complex marina operations might range from a few hundred thousand to a few million dollars annually. This contract's value indicates a significant facility or a high volume of services required at Horicon NWR.
What are the key performance indicators (KPIs) that will be used to evaluate Shipyard Island Marina, Inc.'s performance?
The provided data does not specify the Key Performance Indicators (KPIs). Typically, for marina maintenance contracts, KPIs would focus on factors such as dock and facility availability, response times for emergency repairs, cleanliness and safety of the premises, adherence to environmental regulations, and customer satisfaction (if applicable to public users). The Contracting Officer's Representative (COR) would monitor these metrics against the contract's Service Level Agreements (SLAs) outlined in the Statement of Work.
What is the track record of Shipyard Island Marina, Inc. with federal contracts?
The provided data does not offer historical contract information for Shipyard Island Marina, Inc. This suggests it may be a relatively new entity in the federal contracting space or has not previously held contracts of this magnitude or type. Further investigation through federal procurement databases like SAM.gov or FPDS would be required to determine if they have prior federal contract experience, past performance reviews, or any history of performance issues.
What is the potential risk associated with the 'Other Personal and Household Goods Repair and Maintenance' NAICS code for this contract?
The NAICS code 811490, 'Other Personal and Household Goods Repair and Maintenance,' is broad. While it covers repair services, its application to a marina contract might indicate a focus on the repair aspects of boats, equipment, or related facilities rather than solely operational management. The risk lies in ensuring the contractor possesses the specific expertise required for marine environments and infrastructure, which differs significantly from typical household goods repair. The government must ensure the SOW clearly defines these specialized requirements to mitigate risks related to inadequate service delivery.
Industry Classification
NAICS: Other Services (except Public Administration) › Personal and Household Goods Repair and Maintenance › Other Personal and Household Goods Repair and Maintenance
Product/Service Code: QUALITY CONTROL, TEST, INSPECTION › QUALITY CONTROL SERVICES
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 140FS224Q0210
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Shipyard Island Marina Inc.
Address: 1475 S SHORE DR, WASHINGTON ISLAND, WI, 54246
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $56,591
Exercised Options: $19,355
Current Obligation: $19,355
Actual Outlays: $13,373
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2024-08-13
Current End Date: 2026-09-30
Potential End Date: 2029-09-30 00:00:00
Last Modified: 2026-04-06
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)