DOT Awards $5.9M for Maritime Vessel Support to Crowley Government Services
Contract Overview
Contract Amount: $5,925,482 ($5.9M)
Contractor: Crowley Government Services, Inc.
Awarding Agency: Department of Transportation
Start Date: 2023-09-18
End Date: 2026-01-18
Contract Duration: 853 days
Daily Burn Rate: $6.9K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Transportation
Official Description: VAM SHIP 5 CLIN 8 CAPE STARR ROS CREW FUNDING
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20590
Plain-Language Summary
Department of Transportation obligated $5.9 million to CROWLEY GOVERNMENT SERVICES, INC. for work described as: VAM SHIP 5 CLIN 8 CAPE STARR ROS CREW FUNDING Key points: 1. The contract is for vessel support services, including crew funding and capital repairs. 2. Crowley Government Services, Inc. is the sole awardee for this delivery order. 3. The contract duration is 853 days, ending in January 2026. 4. This award falls under the Ship Building and Repairing NAICS code.
Value Assessment
Rating: good
The award amount of $5.9M for a 2.3-year contract appears reasonable given the scope of services. Benchmarking against similar maritime support contracts would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a competitive bidding process. This method generally leads to better price discovery and value for the government.
Taxpayer Impact: The competitive award process aims to ensure taxpayer funds are used efficiently for essential maritime services.
Public Impact
Ensures continued operational readiness of maritime assets. Supports critical infrastructure for national security and economic activity. Provides employment opportunities within the maritime industry.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if scope expands beyond initial estimates.
- Dependence on a single contractor for critical services.
Positive Signals
- Awarded through full and open competition.
- Clear delivery order with defined end date.
- Firm fixed price contract type limits cost risk.
Sector Analysis
This contract falls within the Maritime Transportation sector, specifically related to ship maintenance and operations. Spending in this sector is crucial for maintaining national sealift capabilities and supporting trade.
Small Business Impact
The data does not indicate any specific set-aside for small businesses. Further analysis would be needed to determine the extent of small business participation in the supply chain.
Oversight & Accountability
The award was made by the Department of Transportation's Maritime Administration. Oversight would focus on contract performance, adherence to terms, and delivery of services as specified.
Related Government Programs
- Ship Building and Repairing
- Department of Transportation Contracting
- Maritime Administration Programs
Risk Flags
- Potential for scope creep
- Contractor performance risk
- Dependence on sole awardee
- Long contract duration
Tags
ship-building-and-repairing, department-of-transportation, dc, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $5.9 million to CROWLEY GOVERNMENT SERVICES, INC.. VAM SHIP 5 CLIN 8 CAPE STARR ROS CREW FUNDING
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 $5.9 million.
What is the period of performance?
Start: 2023-09-18. End: 2026-01-18.
What is the historical performance of Crowley Government Services on similar contracts?
Assessing Crowley Government Services' past performance on comparable maritime support contracts is crucial. Reviewing their track record for on-time delivery, quality of service, and adherence to budget on previous government contracts will provide insight into their reliability and capability for this current award. This historical data can inform future risk assessments and contractor selection.
Are there any potential risks associated with the firm-fixed-price contract type for these services?
While firm-fixed-price contracts are generally preferred for controlling costs, they can pose risks if the scope of work is not precisely defined or if unforeseen issues arise. For complex maritime services, there's a risk that the contractor may incur higher costs than anticipated, potentially leading to disputes or a reduction in service quality if not managed carefully. Robust contract management is key.
How does this contract contribute to the overall readiness and capability of the U.S. Maritime Sealift Command?
This contract directly supports the operational readiness of specific vessels within the Maritime Administration's fleet by ensuring essential crew funding and capital repairs are addressed. By maintaining these assets, the contract contributes to the overall capability of the U.S. maritime sealift, which is vital for both national defense and economic support during emergencies or routine operations.
Industry Classification
NAICS: Manufacturing › Ship and Boat Building › Ship Building and Repairing
Product/Service Code: TECHNICAL REPRESENTATIVE SVCS. › TECHNICAL REPRESENTATIVE SERVICES
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: $5,925,482
Exercised Options: $5,925,482
Current Obligation: $5,925,482
Actual Outlays: $5,605,112
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 693JF721D000007
IDV Type: IDC
Timeline
Start Date: 2023-09-18
Current End Date: 2026-01-18
Potential End Date: 2026-01-18 00:00:00
Last Modified: 2026-01-12
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)