DOT awards $341K for FY26 ship support, extending services through November 2026

Contract Overview

Contract Amount: $341,000 ($341.0K)

Contractor: Crowley Government Services, Inc.

Awarding Agency: Department of Transportation

Start Date: 2026-01-01

End Date: 2026-11-30

Contract Duration: 333 days

Daily Burn Rate: $1.0K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Transportation

Official Description: BENAVIDEZ FY26 SHIP SUPPORT CGS-BEN26-1008A THE PURPOSE OF THIS TASK ORDER IS TO ESTABLISH A PERIOD OF PERFORMANCE AND ADD FUNDING TO SUPPORT FY26 BENAVIDEZ SHIP SUPPORT.

Place of Performance

Location: NEWPORT NEWS, NEWPORT NEWS CITY County, VIRGINIA, 23607

State: Virginia Government Spending

Plain-Language Summary

Department of Transportation obligated $341,000 to CROWLEY GOVERNMENT SERVICES, INC. for work described as: BENAVIDEZ FY26 SHIP SUPPORT CGS-BEN26-1008A THE PURPOSE OF THIS TASK ORDER IS TO ESTABLISH A PERIOD OF PERFORMANCE AND ADD FUNDING TO SUPPORT FY26 BENAVIDEZ SHIP SUPPORT. Key points: 1. Contract value represents a modest investment in essential fleet readiness. 2. Competition dynamics suggest a potentially competitive bidding environment for similar services. 3. Performance period aligns with the fiscal year, indicating planned operational needs. 4. Sector positioning places this within the critical maritime transportation infrastructure. 5. The firm-fixed-price structure aims to control costs and provide budget certainty.

Value Assessment

Rating: good

The contract value of $341,000 for approximately 11 months of support appears reasonable for specialized ship services. Benchmarking against similar task orders for fleet maintenance and operational support would provide a more precise value-for-money assessment. However, given the firm-fixed-price nature, the government has established a clear cost ceiling, which is a positive indicator for cost control.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This task order was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The specific number of bidders is not provided, but the competitive nature suggests that the Maritime Administration sought the best value from the market. This approach generally leads to more favorable pricing and service offerings for the government.

Taxpayer Impact: Full and open competition ensures that taxpayer dollars are used efficiently by fostering a market where multiple companies vie for the contract, driving down costs and improving service quality.

Public Impact

The primary beneficiaries are the U.S. Maritime Administration and the operational readiness of the vessels supported. Services delivered will ensure the continued functionality and maintenance of specific ships within the fleet. Geographic impact is likely concentrated around the operational areas of the supported vessels, primarily in Virginia. Workforce implications may include direct employment for Crowley Government Services' personnel involved in ship support operations.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Positive Signals

Sector Analysis

This contract falls within the broader maritime transportation sector, specifically focusing on operational support for government-owned or operated vessels. The Maritime Administration plays a crucial role in maintaining a U.S. maritime industrial base and sealift capability. Spending in this area is essential for national security and economic stability, ensuring the availability of ships for various missions, including defense support and emergency response.

Small Business Impact

The contract was awarded to Crowley Government Services, Inc., and there is no indication of a small business set-aside. Further analysis would be needed to determine if subcontracting opportunities exist for small businesses within the scope of this task order. Without specific subcontracting plans, the direct impact on the small business ecosystem is unclear.

Oversight & Accountability

Oversight for this task order would fall under the Department of Transportation's existing contract management and oversight mechanisms. The Maritime Administration is responsible for ensuring performance and compliance. Transparency is facilitated through contract award databases, and any specific Inspector General jurisdiction would depend on the nature of any potential issues arising during performance.

Related Government Programs

Risk Flags

Tags

transportation, maritime-administration, virginia, delivery-order, firm-fixed-price, full-and-open-competition, ship-support, crowley-government-services, fy26

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $341,000 to CROWLEY GOVERNMENT SERVICES, INC.. BENAVIDEZ FY26 SHIP SUPPORT CGS-BEN26-1008A THE PURPOSE OF THIS TASK ORDER IS TO ESTABLISH A PERIOD OF PERFORMANCE AND ADD FUNDING TO SUPPORT FY26 BENAVIDEZ SHIP SUPPORT.

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 $341,000.

What is the period of performance?

Start: 2026-01-01. End: 2026-11-30.

What is the historical spending pattern for ship support services by the Maritime Administration?

Analyzing historical spending for ship support by the Maritime Administration (MARAD) reveals a consistent need for maintenance, repair, and operational services to ensure the readiness of its fleet. MARAD's budget typically allocates funds for vessel operations, maintenance, and modernization. Spending patterns can fluctuate based on the age and condition of the fleet, as well as specific mission requirements, such as strategic sealift or national defense needs. For instance, periods of increased geopolitical tension or natural disaster response may see a surge in demand for ship support. The average annual expenditure can range significantly, but task orders like this one represent discrete funding actions within a larger programmatic context. Understanding these patterns helps in assessing the reasonableness of current contract values and forecasting future needs.

How does Crowley Government Services, Inc.'s track record compare for similar maritime support contracts?

Crowley Government Services, Inc. has a significant track record in providing a wide range of maritime services to government agencies, including the U.S. Navy, Military Sealift Command, and MARAD. Their experience often encompasses vessel operations, logistics, maintenance, and repair. For similar ship support contracts, Crowley's performance is generally viewed as competent, leveraging their extensive fleet and shore-based infrastructure. Performance metrics, such as on-time delivery, adherence to specifications, and safety records, are crucial for evaluating their track record. While specific details of past performance on comparable MARAD contracts would require deeper investigation into contract databases and performance reports, Crowley is a recognized major player in this space, suggesting a baseline level of capability and experience.

What are the key performance indicators (KPIs) typically used for ship support contracts?

Key Performance Indicators (KPIs) for ship support contracts are designed to ensure operational readiness, safety, and cost-effectiveness. Common KPIs include vessel availability rates, response times for maintenance and repair requests, adherence to scheduled maintenance, fuel efficiency, and compliance with environmental regulations. For this specific task order, KPIs might focus on the timely completion of FY26 support tasks, the condition of the vessels post-service, and adherence to safety protocols during operations. The firm-fixed-price nature of the contract implies that meeting these KPIs is critical for the contractor to achieve profitability, while also ensuring the government receives the contracted services without cost overruns, barring unforeseen circumstances.

Are there any known risks associated with the type of services provided under this contract?

Risks associated with ship support contracts can be varied. Operational risks include potential equipment failures, unexpected weather conditions impacting schedules, and the inherent dangers of working at sea or in port environments, leading to safety incidents. Technical risks involve the complexity of maintaining aging vessels or specialized equipment, requiring skilled technicians and access to specific parts. Financial risks for the government could arise if the firm-fixed-price contract doesn't adequately account for unforeseen escalation in labor or material costs, although this is mitigated by the fixed-price structure. For the contractor, risks include underestimating the scope of work, delays caused by external factors, and potential penalties for non-performance. Effective risk management by both parties is crucial for successful contract execution.

How does this contract's value compare to the overall MARAD budget for vessel operations?

The value of this specific task order, $341,000, represents a relatively small portion of the Maritime Administration's overall budget for vessel operations and support. MARAD's total budget encompasses a wide array of activities, including maintaining the Ready Reserve Force, supporting the U.S. merchant marine, operating training vessels, and investing in shipbuilding and repair infrastructure. Annual appropriations for MARAD can run into hundreds of millions of dollars. Therefore, while this $341,000 award is significant for the specific services it procures, it is a minor component within the broader financial landscape of the agency's maritime responsibilities. This context highlights that such task orders are typically funding specific, time-bound needs rather than representing major strategic investments.

Industry Classification

NAICS: Transportation and WarehousingDeep Sea, Coastal, and Great Lakes Water TransportationDeep Sea Freight Transportation

Product/Service Code: OPERATION OF GOVT OWNED FACILITYOPERATE 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: 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: $341,000

Exercised Options: $341,000

Current Obligation: $341,000

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 693JF725D000019

IDV Type: IDC

Timeline

Start Date: 2026-01-01

Current End Date: 2026-11-30

Potential End Date: 2026-11-30 00:00:00

Last Modified: 2026-04-07

More Contracts from Crowley Government Services, Inc.

View all Crowley Government Services, Inc. federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending