Transportation contract for shoreside support modified, adding $585K to extend services through October 2024
Contract Overview
Contract Amount: $585,049 ($585.0K)
Contractor: Pasha Hawaii Holdings LLC
Awarding Agency: Department of Transportation
Start Date: 2024-10-01
End Date: 2026-02-12
Contract Duration: 499 days
Daily Burn Rate: $1.2K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST NO FEE
Sector: Transportation
Official Description: CAPE WRATH SHORESIDE SUPPORT WRA-FY25-100C MODIFICATION ISSUED TO ADD FUNDING TO SUPPORT CAPE WRATH SHORESIDE SUPPORT THRU 10-31-2024.
Place of Performance
Location: BALTIMORE, BALTIMORE CITY County, MARYLAND, 21230
State: Maryland Government Spending
Plain-Language Summary
Department of Transportation obligated $585,049.02 to PASHA HAWAII HOLDINGS LLC for work described as: CAPE WRATH SHORESIDE SUPPORT WRA-FY25-100C MODIFICATION ISSUED TO ADD FUNDING TO SUPPORT CAPE WRATH SHORESIDE SUPPORT THRU 10-31-2024. Key points: 1. Contract modification adds significant funding for essential shoreside support services. 2. The contract's duration has been extended, indicating ongoing need for these services. 3. The modification suggests potential underestimation of initial funding requirements or scope expansion. 4. Analysis of the contractor's performance and pricing for this modification is crucial. 5. The lack of competition raises questions about potential cost efficiencies. 6. This contract supports critical maritime operations within the Department of Transportation.
Value Assessment
Rating: fair
The modification adds $585,049.02 to the contract, extending support through October 31, 2024. Without a competitive bidding process, it is difficult to benchmark the value for money. The pricing structure (Cost No Fee) suggests that the government will reimburse the contractor for allowable costs, making oversight of expenditures critical. Further analysis would require comparing the proposed costs to historical spending on similar services or industry benchmarks.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. The justification for this approach is not provided in the data. Sole-source contracts can lead to higher prices and reduced innovation compared to competitively awarded contracts, as there is no market pressure to offer the best value. The lack of multiple bidders means the government did not benefit from price discovery through competition.
Taxpayer Impact: Taxpayers may be paying a premium due to the absence of competitive bidding. Without a competitive process, there is less assurance that the pricing reflects fair market value.
Public Impact
Benefits the Department of Transportation by ensuring continued shoreside support for maritime operations. Services delivered include essential support functions for deep-sea freight transportation. Geographic impact is likely concentrated around the Cape Wrath operational area. Workforce implications are tied to the contractor's personnel providing these support services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to inflated costs for taxpayers.
- Cost-reimbursement contract type requires diligent oversight to prevent overspending.
- Modification suggests potential issues with initial cost estimation or scope management.
Positive Signals
- Ensures continuity of essential maritime support services.
- Contract modification addresses an identified need for extended support.
- Contractor is supporting critical government functions within the transportation sector.
Sector Analysis
The Maritime Administration (MARAD) within the Department of Transportation oversees contracts related to the U.S. merchant marine and sealift capabilities. This contract falls under the broader transportation and logistics sector, specifically supporting deep-sea freight operations. Comparable spending benchmarks would typically involve analyzing other contracts for similar shoreside support services, factoring in location, scope, and duration. The market for such specialized support can be limited, potentially influencing competition.
Small Business Impact
The provided data indicates that this contract was not competed and does not specify any small business set-aside provisions (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from this specific modification. The absence of set-asides means opportunities for small businesses to participate in this contract are limited unless they are part of the prime contractor's supply chain.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Transportation's Maritime Administration. As a Cost No Fee contract, rigorous financial oversight is essential to ensure that reimbursed costs are reasonable and allocable to the contract. Transparency regarding the justification for the sole-source award and the detailed breakdown of costs associated with the modification would be key accountability measures. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Maritime Operations Support
- Deep Sea Freight Transportation Services
- Transportation Infrastructure Support
- Federal Maritime Commission Oversight
Risk Flags
- Sole-source award lacks competitive pricing.
- Cost-reimbursement contract requires robust oversight.
- Modification suggests potential scope or budget management issues.
- Limited transparency on justification for non-competition.
Tags
transportation, maritime-administration, department-of-transportation, delivery-order, cost-plus-fixed-fee, sole-source, deep-sea-freight-transportation, shoreside-support, maryland, modification
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $585,049.02 to PASHA HAWAII HOLDINGS LLC. CAPE WRATH SHORESIDE SUPPORT WRA-FY25-100C MODIFICATION ISSUED TO ADD FUNDING TO SUPPORT CAPE WRATH SHORESIDE SUPPORT THRU 10-31-2024.
Who is the contractor on this award?
The obligated recipient is PASHA HAWAII HOLDINGS LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Maritime Administration).
What is the total obligated amount?
The obligated amount is $585,049.02.
What is the period of performance?
Start: 2024-10-01. End: 2026-02-12.
What is the track record of Pasha Hawaii Holdings LLC in performing similar maritime support services for the government?
Pasha Hawaii Holdings LLC is a known entity in the maritime industry, often involved in shipping and logistics. To assess their track record for this specific contract, a review of past performance evaluations, any documented issues or commendations on previous government contracts, and their experience with shoreside support services would be necessary. The data provided does not detail their specific performance history on this or other federal contracts, necessitating further investigation into contract performance reports and any available CPARS (Contractor Performance Assessment Reporting System) data.
How does the cost of this modification compare to industry benchmarks for similar shoreside support services?
Benchmarking the cost of this $585,049.02 modification is challenging without detailed cost breakdowns and specific service descriptions. Shoreside support can encompass a wide range of activities, from vessel berthing and cargo handling to maintenance and security. Industry benchmarks would typically be derived from analyzing publicly available data on similar contracts awarded competitively, or from industry cost guides. Given this is a sole-source modification, direct comparison is difficult, but an analysis of the contractor's proposed labor rates, equipment usage, and overhead against market averages would be informative. The 'Cost No Fee' structure means the government reimburses costs, making detailed cost scrutiny paramount.
What are the primary risks associated with extending this sole-source contract?
The primary risks associated with extending this sole-source contract include potential cost overruns due to the lack of competitive pressure, which could lead to inefficient pricing. There's also a risk of reduced service quality if the contractor faces no competitive incentive to excel. Furthermore, the justification for the sole-source award needs to be robust; if it was not properly established, it could indicate a systemic issue in procurement planning or execution. The 'Cost No Fee' nature of the contract necessitates stringent oversight to mitigate financial risks and ensure that all costs incurred are reasonable and necessary for the services provided.
What is the historical spending pattern for Cape Wrath shoreside support, and how does this modification fit within it?
The provided data only includes details for a modification to a WRA-FY25-100C contract. To understand the historical spending pattern, we would need access to previous contract awards, modifications, and task orders related to Cape Wrath shoreside support over multiple fiscal years. This single modification, adding $585,049.02, represents a specific funding increment for a defined period (through October 31, 2024). Without prior data, it's impossible to determine if this amount is typical, an increase, or a decrease compared to past spending. Analyzing the total contract value over its lifecycle and comparing it to annual budgets would provide a clearer picture of the spending trend.
What specific services are included in the 'shoreside support' covered by this contract modification?
The term 'shoreside support' is broad and can encompass various services essential for maritime operations. Based on the contract's classification under NAICS code 483111 (Deep Sea Freight Transportation), these services likely include, but are not limited to, vessel docking and undocking, cargo loading and unloading, stevedoring, provision of utilities (water, power), waste management, security, and potentially minor maintenance or repair coordination for vessels while in port. The modification's purpose is to fund these activities through October 31, 2024. A detailed statement of work (SOW) within the contract documents would provide the precise list and scope of services.
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
Offers Received: 1
Pricing Type: COST NO FEE (S)
Evaluated Preference: NONE
Contractor Details
Address: 745 FORT ST STE 315, HONOLULU, HI, 96813
Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $585,049
Exercised Options: $585,049
Current Obligation: $585,049
Actual Outlays: $544,708
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 693JF720G000003
IDV Type: BOA
Timeline
Start Date: 2024-10-01
Current End Date: 2026-02-12
Potential End Date: 2026-02-12 00:00:00
Last Modified: 2026-04-10
More Contracts from Pasha Hawaii Holdings LLC
- Brittin FY 23 GAA M&R Cost Reimbursable Pah-Btn23-Gac a — $31.9M (Department of Transportation)
- Brittin FY25 GAA M&R Cost Reimbursable a Psh-Btn25-Gac a — $3.4M (Department of Transportation)
- WAS FY25 Repairs a Psh-Was25-1005a Task Order IS to Fund Cape Washington Repairs a — $655.6K (Department of Transportation)
- WAS FY25 TA 25-1 Psh-Was25-2016a Task Order to Support Turbo Activation-25-1 — $630.3K (Department of Transportation)
- Cape Washington FY24 ROS Crew Cost/Wages Psh-Was24-1002a Issued to Fund the Crew Cost/Wages Onboard the Cape Washington — $556.6K (Department of Transportation)
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)