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

State: District of Columbia Government Spending

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

Positive Signals

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

Risk Flags

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: ManufacturingShip and Boat BuildingShip 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.

View all Crowley Government Services, Inc. federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending