DOT Awards $3.77M for Cape Starr Mission Operations to Crowley Government Services
Contract Overview
Contract Amount: $3,771,752 ($3.8M)
Contractor: Crowley Government Services, Inc.
Awarding Agency: Department of Transportation
Start Date: 2025-09-22
End Date: 2025-12-31
Contract Duration: 100 days
Daily Burn Rate: $37.7K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CAPE STARR FY25 MISSION OPERATIONS APS-3 TURBO FUSION CGS-STR25-2002 A
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20590
Plain-Language Summary
Department of Transportation obligated $3.8 million to CROWLEY GOVERNMENT SERVICES, INC. for work described as: CAPE STARR FY25 MISSION OPERATIONS APS-3 TURBO FUSION CGS-STR25-2002 A Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The award value of $3.77M is for a short duration (approx. 3 months). 3. Focus on Ship Building and Repairing (NAICS 336611) indicates specialized maritime services. 4. No small business participation noted, which could be a missed opportunity for economic inclusion.
Value Assessment
Rating: good
The contract value of $3.77M for approximately 100 days of service appears reasonable given the specialized nature of mission operations for a vessel like the Cape Starr. Benchmarking against similar maritime support contracts would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. This method generally promotes price discovery and competitive pricing.
Taxpayer Impact: Taxpayer funds are being used competitively, which should lead to a fair price for the services rendered.
Public Impact
Ensures continued operational readiness and mission execution for the Cape Starr vessel. Supports critical maritime functions managed by the Maritime Administration. Potential impact on the maritime services industry through government contracting.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of small business participation.
- Short contract duration may indicate a need for future, potentially larger, contract actions.
Positive Signals
- Awarded through full and open competition.
- Clear definition of services for mission operations.
Sector Analysis
The Maritime Administration's spending in this sector supports the operation and maintenance of government-owned vessels. Benchmarks for similar mission operations contracts are typically project-specific due to vessel type and operational scope.
Small Business Impact
This contract did not involve small business participation. Future solicitations could explore set-aside opportunities to encourage small business involvement in maritime support services.
Oversight & Accountability
The award process under full and open competition suggests adherence to standard procurement regulations. Oversight will be crucial to ensure service delivery meets the specified requirements and budget.
Related Government Programs
- Ship Building and Repairing
- Department of Transportation Contracting
- Maritime Administration Programs
Risk Flags
- Potential for cost overruns if unforeseen operational issues arise.
- Dependence on a single contractor for critical mission functions.
- Limited duration may necessitate future competitive procurements, incurring additional administrative costs.
- Lack of small business involvement.
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 $3.8 million to CROWLEY GOVERNMENT SERVICES, INC.. CAPE STARR FY25 MISSION OPERATIONS APS-3 TURBO FUSION CGS-STR25-2002 A
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 $3.8 million.
What is the period of performance?
Start: 2025-09-22. End: 2025-12-31.
What is the historical cost basis for similar mission operations for vessels of the Cape Starr's class?
Historical cost data for similar mission operations is essential for validating the $3.77M award. Without specific benchmarks for vessels of the Cape Starr's class and operational complexity, it's difficult to definitively assess if this price represents optimal value. Further analysis would require access to comparable contract data within the Maritime Administration or similar agencies.
What are the key performance indicators (KPIs) for this mission operations contract, and how will they be monitored?
Key performance indicators for mission operations typically include vessel availability, operational uptime, safety compliance, and timely execution of mission objectives. The Maritime Administration will likely monitor these through regular reporting from Crowley Government Services, vessel logs, and potentially independent assessments to ensure contract requirements are met and taxpayer funds are used effectively.
What is the long-term strategy for the Cape Starr's mission operations beyond this contract period?
The short duration of this contract (ending Dec 31, 2025) suggests it may be a bridge or a specific phase of a larger operational plan. Understanding the long-term strategy for the Cape Starr, including potential follow-on contracts or fleet-wide operational needs, is crucial for assessing the overall value and effectiveness of this award within a broader context.
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: $3,771,752
Exercised Options: $3,771,752
Current Obligation: $3,771,752
Actual Outlays: $3,340,839
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $61,552
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 693JF721D000007
IDV Type: IDC
Timeline
Start Date: 2025-09-22
Current End Date: 2025-12-31
Potential End Date: 2025-12-31 00:00:00
Last Modified: 2026-02-06
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)