DOT awards $2.19M for FY25 repairs to Govt-owned vessel Gilliland, funded via delivery order
Contract Overview
Contract Amount: $2,191,000 ($2.2M)
Contractor: Tote Services, LLC
Awarding Agency: Department of Transportation
Start Date: 2025-09-26
End Date: 2026-09-30
Contract Duration: 369 days
Daily Burn Rate: $5.9K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Transportation
Official Description: GILLILAND FY25 REPAIRS B TSI-GDL25-1005B THIS TASK ORDER IS TO FUND GOVERNMENT-OWNED SHIP GILLILAND'S FY25 REPAIRS B REQUIREMENT
Place of Performance
Location: BALTIMORE, BALTIMORE CITY County, MARYLAND, 21224
State: Maryland Government Spending
Plain-Language Summary
Department of Transportation obligated $2.2 million to TOTE SERVICES, LLC for work described as: GILLILAND FY25 REPAIRS B TSI-GDL25-1005B THIS TASK ORDER IS TO FUND GOVERNMENT-OWNED SHIP GILLILAND'S FY25 REPAIRS B REQUIREMENT Key points: 1. Contract value appears reasonable for specialized vessel repair services. 2. Full and open competition was utilized, suggesting a competitive pricing environment. 3. Contract duration aligns with typical repair and maintenance cycles. 4. Fixed-price contract type shifts risk to the contractor. 5. Maritime Administration is the awarding agency for this transportation-related service. 6. No small business set-aside was applied to this procurement.
Value Assessment
Rating: good
The contract value of $2.19 million for the FY25 repairs of the Government-owned vessel Gilliland is within a reasonable range for specialized maritime maintenance. Benchmarking against similar deep-sea freight transportation vessel repair contracts, this amount appears to reflect the complexity and scope of work required for a vessel of this type. The firm fixed-price structure further supports value by ensuring cost certainty for the government, provided the contractor can execute the work efficiently.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. While the specific number of bidders is not provided, this procurement method generally fosters a competitive environment, which is expected to drive more favorable pricing for the government. The use of full and open competition suggests that the Maritime Administration sought to maximize the pool of potential offerors to ensure the best value.
Taxpayer Impact: Taxpayers benefit from full and open competition through potentially lower prices and a wider selection of qualified contractors, leading to better resource allocation.
Public Impact
The primary beneficiaries are the U.S. Department of Transportation and the Maritime Administration, ensuring the operational readiness of a government-owned vessel. Services delivered include essential repairs and maintenance for the vessel Gilliland. The geographic impact is primarily related to the vessel's operational area and the location of repair facilities. Workforce implications include employment for skilled maritime repair technicians and support staff.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if unforeseen repair issues arise beyond the scope of the fixed-price contract.
- Dependence on contractor's expertise and timely execution to avoid operational delays for the vessel.
Positive Signals
- Firm fixed-price contract type provides cost certainty for the government.
- Full and open competition suggests a robust selection process and potential for competitive pricing.
- Contract duration appears adequate for the scope of FY25 repairs.
Sector Analysis
The contract falls within the broader transportation sector, specifically focusing on maritime operations and vessel maintenance. The North American Industry Classification System (NAICS) code 483111, Deep Sea Freight Transportation, encompasses companies involved in operating vessels for freight transport. Spending in this area is critical for maintaining the operational capacity of government-owned fleets, ensuring national security and economic interests are supported. Comparable spending benchmarks would involve analyzing other contracts for similar vessel repair and maintenance services across federal agencies.
Small Business Impact
This contract was not set aside for small businesses, nor is there an indication of subcontracting requirements for small businesses. The procurement was conducted under full and open competition, suggesting that the primary focus was on securing the best offer from the broadest possible range of contractors, regardless of size. This approach may limit direct opportunities for small businesses on this specific contract, though they may participate as subcontractors if not explicitly excluded.
Oversight & Accountability
Oversight for this contract will likely be managed by the Maritime Administration, which is responsible for awarding and administering the contract. Accountability measures are inherent in the firm fixed-price contract type, which obligates the contractor to deliver the specified repairs within the agreed-upon price. Transparency is facilitated through the federal procurement data system, where contract awards are publicly reported. Specific inspector general jurisdiction would depend on the agency's internal policies and the nature of any potential issues.
Related Government Programs
- Maritime Administration Vessel Operations
- Government Fleet Maintenance
- Deep Sea Freight Transportation Services
- Federal Ship Repair Contracts
Risk Flags
- Potential for unforeseen repair issues impacting cost/schedule.
- Contractor performance risk.
- Availability of specialized parts or labor.
Tags
transportation, maritime-administration, vessel-repair, delivery-order, full-and-open-competition, firm-fixed-price, government-owned-vessel, deep-sea-freight-transportation, maryland, fy25
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $2.2 million to TOTE SERVICES, LLC. GILLILAND FY25 REPAIRS B TSI-GDL25-1005B THIS TASK ORDER IS TO FUND GOVERNMENT-OWNED SHIP GILLILAND'S FY25 REPAIRS B REQUIREMENT
Who is the contractor on this award?
The obligated recipient is TOTE SERVICES, LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Maritime Administration).
What is the total obligated amount?
The obligated amount is $2.2 million.
What is the period of performance?
Start: 2025-09-26. End: 2026-09-30.
What is the historical spending pattern for repairs on the vessel Gilliland?
Historical spending data for the vessel Gilliland's repairs is not directly available in the provided data snippet. However, the current contract is for FY25 repairs, indicating a recurring need for maintenance. To assess historical patterns, one would need to access historical contract awards for this specific vessel from the Maritime Administration or the Federal Procurement Data System (FPDS). Analyzing past repair costs, frequency, and types of work performed would provide context for the current $2.19 million award, helping to determine if it represents an increase, decrease, or consistent level of investment in the vessel's upkeep. Understanding past performance and costs is crucial for evaluating the long-term value and operational efficiency of the Gilliland.
How does the contractor, TOTE SERVICES, LLC, perform on other federal contracts?
Information regarding TOTE SERVICES, LLC's performance on other federal contracts is not provided in the current data. A comprehensive assessment would require reviewing their contract history, including past performance evaluations, any reported disputes or terminations, and on-time delivery rates across various federal agencies. Agencies typically maintain performance records, and this data is often accessible through procurement systems like FPDS or through agency-specific past performance databases. Evaluating TOTE SERVICES, LLC's track record is essential to gauge their reliability and capability in executing the repairs for the vessel Gilliland effectively and efficiently, thereby mitigating performance risks for the Maritime Administration.
What specific types of repairs are included in this $2.19 million delivery order?
The provided data indicates that this delivery order is to fund 'FY25 repairs B requirement' for the Government-owned ship Gilliland. However, the specific details of the repairs are not itemized. Typically, such repairs could encompass a wide range of maintenance, including hull work, engine overhauls, system upgrades (electrical, plumbing, navigation), safety equipment servicing, and general upkeep. The "B" designation might refer to a specific phase or type of repair package. A thorough understanding would necessitate reviewing the detailed Statement of Work (SOW) or Performance Work Statement (PWS) associated with the base contract or this specific delivery order, which would outline the exact scope, specifications, and expected outcomes of the repair work.
What is the significance of the NAICS code 483111 (Deep Sea Freight Transportation) in relation to vessel repair?
The NAICS code 483111, 'Deep Sea Freight Transportation,' primarily classifies establishments primarily engaged in operating vessels for the transportation of freight on the deep seas or oceans. While this code focuses on the *operation* of such vessels, contracts for their repair and maintenance often fall under related or supporting industry codes. However, the Maritime Administration, as the awarding agency, is responsible for the operational readiness of government-owned vessels, including the Gilliland. Therefore, awarding a repair contract under this operational context is logical, ensuring that vessels classified within or supporting this transportation mode remain seaworthy and functional. The repair services themselves might be procured under different, more specific NAICS codes related to ship repair or maintenance, but the ultimate purpose aligns with supporting deep-sea freight transportation capabilities.
Are there any known risks associated with the vessel Gilliland that might impact repair costs or timelines?
The provided data does not specify any known risks associated with the vessel Gilliland itself that would directly impact repair costs or timelines. However, general risks inherent in vessel repair include the discovery of unforeseen structural damage, equipment failures not initially identified, or logistical challenges in obtaining specialized parts. The firm fixed-price nature of this contract shifts the financial risk of unexpected issues to the contractor, TOTE SERVICES, LLC. The Maritime Administration's risk mitigation would involve thorough pre-award assessments of the contractor's capabilities and potentially including contingency clauses or clear change order procedures in the contract to address scope changes necessitated by unforeseen conditions.
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: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 10401 DEERWOOD PARK BLVD, JACKSONVILLE, FL, 32256
Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,191,000
Exercised Options: $2,191,000
Current Obligation: $2,191,000
Actual Outlays: $210,701
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 693JF725D000020
IDV Type: IDC
Timeline
Start Date: 2025-09-26
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-04-06
More Contracts from Tote Services, LLC
- THE Contractor IS Hereby Tasked to Deliver Nsmv I to the Government in Accordance With the Terms and Conditions of the Contract AT a Firm-Fixed Price of $337,180,000.00. This Delivery Order Also Provides and Obligates the Fund ($337,180,000.00) for T — $340.1M (Department of Transportation)
- THE Contractor IS Hereby Tasked to Deliver Nsmv II to the Government in Accordance With the Terms and Conditions of the Contract AT a Firm-Fixed Price of $301,230,750.00. This Delivery Order Also Provides and Obligates the Fund ($301,230,750.00) for — $308.0M (Department of Transportation)
- THE Contractor IS Hereby Tasked to Deliver Nsmv IV to the Government (IN Accordance With the Terms and Conditions of the Contract) AT a Firm-Fixed Price of $294,724,580.00. This Delivery Order Also Provides and Obligates the Fund ($294,724,580.00) FO — $306.2M (Department of Transportation)
- THE Contractor IS Hereby Tasked to Deliver Nsmv III to the Government (IN Accordance With the Terms and Conditions of the Contract) AT a Firm-Fixed Price of $291,574,580.00. This Delivery Order Also Provides and Obligates the Fund ($291,574,580.00) F — $304.3M (Department of Transportation)
- Contract Award SBX-1 / N103D Valenzuela — $234.7M (Department of Defense)
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)