DOT awards $4.7M fixed-fee contract for deep sea freight transportation services
Contract Overview
Contract Amount: $4,668,417 ($4.7M)
Contractor: Crowley Government Services, Inc.
Awarding Agency: Department of Transportation
Start Date: 2024-07-27
End Date: 2025-09-01
Contract Duration: 401 days
Daily Burn Rate: $11.6K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Transportation
Official Description: WRIGHT FY 24 FIXED FEES CGS-WRT24-1002A BRIDGE CONTRACT FIXED FEES
Place of Performance
Location: NORFOLK, NORFOLK CITY County, VIRGINIA, 23505
State: Virginia Government Spending
Plain-Language Summary
Department of Transportation obligated $4.7 million to CROWLEY GOVERNMENT SERVICES, INC. for work described as: WRIGHT FY 24 FIXED FEES CGS-WRT24-1002A BRIDGE CONTRACT FIXED FEES Key points: 1. Contract awarded on a fixed-fee basis, indicating predictable costs for the government. 2. The contract was not competed, raising questions about potential price efficiencies. 3. Duration of 401 days suggests a medium-term operational need. 4. The service falls under deep sea freight transportation, a critical logistics component. 5. Awarded by the Maritime Administration, aligning with its core mission.
Value Assessment
Rating: questionable
The fixed-fee structure provides cost certainty, but the lack of competition prevents benchmarking against market rates. Without competitive bids, it's difficult to assess if the $4.7 million represents a fair price for the deep sea freight transportation services. Further analysis would require comparing this contract's scope and duration to similar, competitively awarded contracts in the maritime sector to determine value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. The specific reasons for not competing the contract are not detailed, which could stem from urgency, a lack of available qualified sources, or other factors. The absence of competition limits the government's ability to leverage market forces to secure the most advantageous pricing and terms.
Taxpayer Impact: The lack of competition means taxpayers may not be benefiting from the potentially lower prices that a competitive bidding process could have generated.
Public Impact
The primary beneficiaries are likely entities requiring deep sea freight transportation, potentially for logistical support or supply chain operations. Services delivered include the operation and management of deep sea freight transportation. The geographic impact is likely global, given the nature of deep sea freight. Workforce implications could involve maritime personnel, logistics coordinators, and support staff.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to higher costs for taxpayers.
- Absence of a competitive process limits transparency in pricing.
- Potential for contractor lock-in due to sole-source award.
Positive Signals
- Fixed-fee structure provides cost predictability.
- Contract aligns with the Maritime Administration's mission.
Sector Analysis
Deep sea freight transportation is a vital component of global logistics and supply chains. The market involves specialized vessels, experienced crews, and complex operational management. This contract fits within the broader transportation and logistics sector, which is characterized by significant capital investment and regulatory oversight. Benchmarking this specific contract's value is challenging without competitive data, but the overall sector is highly competitive when open to bidding.
Small Business Impact
Information regarding small business set-asides or subcontracting plans was not provided for this contract. As a sole-source award, the opportunities for small business participation may be limited unless specifically incorporated into the contract terms. Further investigation into subcontracting requirements would be necessary to assess the impact on the small business ecosystem.
Oversight & Accountability
Oversight mechanisms for this contract would typically fall under the purview of the Department of Transportation's Maritime Administration. Accountability measures would be defined by the contract's terms and conditions, including performance standards and reporting requirements. Transparency is limited due to the sole-source nature of the award, with details on the justification for non-competition not publicly available.
Related Government Programs
- Maritime Transportation Services
- Freight and Logistics Contracts
- Department of Transportation Procurement
Risk Flags
- Lack of Competition
- Potential for Overpricing
- Limited Transparency
Tags
transportation, maritime-administration, department-of-transportation, virginia, fixed-price, sole-source, delivery-order, deep-sea-freight-transportation, medium-value
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $4.7 million to CROWLEY GOVERNMENT SERVICES, INC.. WRIGHT FY 24 FIXED FEES CGS-WRT24-1002A BRIDGE CONTRACT FIXED FEES
Who is the contractor on this award?
The obligated recipient is CROWLEY GOVERNMENT SERVICES, INC..
Which agency awarded this contract?
Awarding agency: Department of Transportation (Maritime Administration).
What is the total obligated amount?
The obligated amount is $4.7 million.
What is the period of performance?
Start: 2024-07-27. End: 2025-09-01.
What is the specific scope of services covered by this $4.7 million fixed-fee contract for deep sea freight transportation?
The provided data indicates the contract is for 'Deep Sea Freight Transportation' and is a 'BRIDGE CONTRACT FIXED FEES'. While the exact deliverables are not detailed, it likely encompasses the chartering, operation, and management of vessels for transporting goods across deep sea routes. This could include services such as vessel crewing, maintenance, fuel, port operations, and cargo handling coordination. The fixed-fee structure suggests a defined scope of work for which a predetermined price is paid, aiming to provide cost certainty to the government for the duration of the contract, which spans from July 27, 2024, to September 1, 2025.
Why was this contract awarded on a sole-source basis instead of being competed?
The data explicitly states the contract type as 'NOT COMPETED', indicating a sole-source award. The specific justification for this decision is not provided in the summary data. Common reasons for sole-source awards include situations where only one responsible source can satisfy the agency's needs, an urgent and compelling requirement exists that precludes competition, or the contract is for a specialized service or product uniquely available from a single provider. Without further documentation from the Department of Transportation, the precise rationale remains unknown, but it implies that a competitive process was deemed impractical or impossible for this particular requirement.
How does the $4.7 million fixed fee compare to similar deep sea freight transportation contracts awarded by the government?
Direct comparison of the $4.7 million fixed fee is challenging without access to a database of similar, competitively awarded contracts for deep sea freight transportation. The lack of competition for this specific award prevents a direct market-based valuation. However, the duration of the contract (401 days) suggests a significant operational period. To assess value, one would need to identify contracts with comparable vessel types, cargo capacities, operational routes, and service durations that were awarded through a competitive process. The fixed-fee nature also needs to be considered, as it shifts cost risk to the contractor, which can influence the overall price compared to cost-plus or other contract types.
What are the potential risks associated with a sole-source fixed-fee contract for deep sea freight transportation?
A primary risk of a sole-source contract is the potential for inflated pricing, as the government does not benefit from competitive pressure to drive down costs. While the fixed-fee structure offers cost certainty, the initial fee might be set higher than it would be in a competitive scenario. Another risk is contractor performance; without the threat of losing future business to competitors, the contractor might have less incentive to deliver exceptional service, although contract terms and oversight can mitigate this. Furthermore, reliance on a single source can create vulnerabilities if the contractor faces operational issues or financial instability, potentially disrupting critical transportation services.
What is the historical spending pattern for deep sea freight transportation by the Maritime Administration?
Historical spending data for deep sea freight transportation by the Maritime Administration is not provided in the current data summary. To analyze historical patterns, one would need to access procurement databases and filter for contracts awarded by the Maritime Administration (MARAD) under relevant Product Service Codes (PSCs) or North American Industry Classification System (NAICS) codes related to maritime shipping and freight. Examining past awards would reveal trends in contract values, durations, competition levels, and the types of services procured, providing context for the current $4.7 million award and its significance within MARAD's operational history.
Industry Classification
NAICS: Transportation and Warehousing › Deep Sea, Coastal, and Great Lakes Water Transportation › Deep Sea Freight Transportation
Product/Service Code: OPERATION OF GOVT OWNED FACILITY › OPERATE GOVT OWNED BUILDINGS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 9487 REGENCY SQUARE BLVD, JACKSONVILLE, FL, 32225
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $4,668,417
Exercised Options: $4,668,417
Current Obligation: $4,668,417
Actual Outlays: $4,668,417
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 693JF724D000019
IDV Type: IDC
Timeline
Start Date: 2024-07-27
Current End Date: 2025-09-01
Potential End Date: 2025-09-01 00:00:00
Last Modified: 2026-02-03
More Contracts from Crowley Government Services, Inc.
- Award of Bobo Class/Stockham Contract — $902.6M (Department of Defense)
- Operation&maintenance of T-Agos/T-Agm Vessels, Firm Period Contract Award — $630.7M (Department of Defense)
- N105a/Pm3 Haycox Contract Award for Operation & Maintenance of 6 Government-Owned Maritime Prepositioning Force Vessels — $360.1M (Department of Defense)
- Operation and Maintenance of Five Government-Owned Roll-On/Roll-Off and Container Vessels (rocons) — $240.9M (Department of Defense)
- N105c/Pm2 Cielecki Contract Award for Operation and Maintenance of Vessels — $235.8M (Department of Defense)
View all Crowley Government Services, Inc. federal contracts →
Other Department of Transportation Contracts
- Dafis UDO Reconstruct W/O Advance — $3.8B (Lockheed Martin Services, LLC)
- THE Purpose of This Delivery Order Award IS to ADD Funding for FTI Telecommunications Services — $1.9B (Harris Corporation)
- Provide Funding for Clin 302 for Pre-Flight and In-Flight Services. Contract Number Dtfawa-05-C-00031, Lockheed Martin. POP 01/16/08-03/31/08 — $1.9B (Leidos, Inc.)
- Center for Advanced Aviation Development (caasd) Ffrdc Mitre — $1.7B (THE Mitre Corporation)
- Dafis UDO Reconstruct W/O Advance — $1.5B (Harris Corporation)