DOT Awards $2.08M for Charlton FY26 Repairs B to Patriot Contract Services, LLC
Contract Overview
Contract Amount: $2,077,100 ($2.1M)
Contractor: Patriot Contract Services, LLC
Awarding Agency: Department of Transportation
Start Date: 2026-01-28
End Date: 2026-09-30
Contract Duration: 245 days
Daily Burn Rate: $8.5K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Transportation
Official Description: CHARLTON FY26 REPAIRS B PCS-CHR26-1005B THE PURPOSE OF THIS TASK ORDER IS TO ESTABLISH A PERIOD OF PERFORMANCE AND ADD FUNDING TO CHARLTON FY26 REPAIRS B.
Place of Performance
Location: BALTIMORE, BALTIMORE CITY County, MARYLAND, 21224
State: Maryland Government Spending
Plain-Language Summary
Department of Transportation obligated $2.1 million to PATRIOT CONTRACT SERVICES, LLC for work described as: CHARLTON FY26 REPAIRS B PCS-CHR26-1005B THE PURPOSE OF THIS TASK ORDER IS TO ESTABLISH A PERIOD OF PERFORMANCE AND ADD FUNDING TO CHARLTON FY26 REPAIRS B. Key points: 1. Contract awarded for repairs to Charlton FY26 Repairs B. 2. Patriot Contract Services, LLC is the sole awardee. 3. The contract is for a period of 245 days. 4. This is a Firm Fixed Price contract.
Value Assessment
Rating: fair
The award amount of $2,077,100 for 245 days of performance appears reasonable given the scope of repairs. However, without specific details on the nature of the repairs, a direct cost comparison is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This limits price discovery and potentially leads to higher costs for taxpayers compared to a competitive process.
Taxpayer Impact: The lack of competition may result in a higher cost to taxpayers than if multiple vendors had bid on the contract.
Public Impact
Ensures continued operation and maintenance of critical maritime assets. Supports a specific contractor, Patriot Contract Services, LLC. Funding allocated for FY26, impacting federal budget planning. Potential for increased costs due to sole-source award.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Potential for overpricing due to sole-source award
Positive Signals
- Timely award for necessary repairs
- Clear period of performance
Sector Analysis
The Maritime Administration within the Department of Transportation procures services for deep sea freight transportation. Spending in this sector can vary significantly based on fleet size, maintenance needs, and geopolitical factors. Benchmarks are difficult without specific service details.
Small Business Impact
The awardee, Patriot Contract Services, LLC, is not indicated as a small business. The contract does not appear to have set-aside provisions for small businesses.
Oversight & Accountability
Oversight will be crucial to ensure the repairs are completed to standard and within budget, especially given the sole-source nature of the award. The Department of Transportation's internal oversight mechanisms should be actively engaged.
Related Government Programs
- Deep Sea Freight Transportation
- Department of Transportation Contracting
- Maritime Administration Programs
Risk Flags
- Sole-source award limits competition and price discovery.
- Potential for cost overruns due to lack of competitive pressure.
- No indication of small business participation.
- Lack of detailed repair scope hinders value assessment.
Tags
deep-sea-freight-transportation, department-of-transportation, md, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $2.1 million to PATRIOT CONTRACT SERVICES, LLC. CHARLTON FY26 REPAIRS B PCS-CHR26-1005B THE PURPOSE OF THIS TASK ORDER IS TO ESTABLISH A PERIOD OF PERFORMANCE AND ADD FUNDING TO CHARLTON FY26 REPAIRS B.
Who is the contractor on this award?
The obligated recipient is PATRIOT CONTRACT SERVICES, LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Maritime Administration).
What is the total obligated amount?
The obligated amount is $2.1 million.
What is the period of performance?
Start: 2026-01-28. End: 2026-09-30.
What specific repairs are included in this task order, and how do their estimated costs align with industry standards for similar maritime assets?
The provided data does not detail the specific repairs. To assess value, a breakdown of the work, including labor, materials, and overhead, is necessary. Comparing these costs against industry benchmarks for similar vessel types and repair scopes would reveal if the $2.08 million is justified or inflated due to the lack of competition.
What is the justification for awarding this contract on a sole-source basis, and what steps were taken to mitigate potential cost overruns?
The justification for a sole-source award is not provided. Typically, this occurs when only one vendor possesses the unique capabilities or resources required. To mitigate cost risks, the agency should have conducted thorough price analysis, potentially using historical data or independent cost estimates, and negotiated aggressively with the sole provider.
How will the effectiveness of the repairs be measured, and what performance metrics are in place to ensure the $2.08 million investment yields the intended operational improvements?
Effectiveness will likely be measured by the successful completion of the specified repairs within the 245-day period of performance and adherence to quality standards. Performance metrics should include operational readiness of the vessel post-repair, absence of defects, and potentially fuel efficiency improvements if applicable. The contract's quality assurance surveillance plan is key.
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: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1320 WILLOW PASS RD STE 485, CONCORD, CA, 94520
Business Categories: Category Business, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,077,100
Exercised Options: $2,077,100
Current Obligation: $2,077,100
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 693JF720G000007
IDV Type: BOA
Timeline
Start Date: 2026-01-28
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-04-02
More Contracts from Patriot Contract Services, LLC
- Operation&maintenance of 8 Watson Class Lmsrs - Firm Period — $1.3B (Department of Defense)
- N105b/Pm3 and PM5/ Created by Pavelchak on Behalf of Wood, James/ Contract Award for the Operation and Maintenance of Eight Government-Owned Large, Medium-Speed, Roll-On, Roll-Off (lmsr) Vessels — $912.3M (Department of Defense)
- Federal Contract — $376.1M (Department of Defense)
- Operation and Maintenance of 4 Large, Medium-Speed Roll-On Roll-Off (lmsr) Vessels — $277.3M (Department of Defense)
- N105B / PM3 M. Baquerizo-Poole Operation and Maintenance of Seay&pil — $144.1M (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)