DOT Awards $3.08M Fixed-Fee Contract for Ship Management to Crowley Government Services
Contract Overview
Contract Amount: $3,080,049 ($3.1M)
Contractor: Crowley Government Services, Inc.
Awarding Agency: Department of Transportation
Start Date: 2024-12-21
End Date: 2025-10-26
Contract Duration: 309 days
Daily Burn Rate: $10.0K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Transportation
Official Description: CURTISS FY25 SHIP MANAGER FIXED FEESCGS-CRT25-1002 A
Place of Performance
Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92136
Plain-Language Summary
Department of Transportation obligated $3.1 million to CROWLEY GOVERNMENT SERVICES, INC. for work described as: CURTISS FY25 SHIP MANAGER FIXED FEESCGS-CRT25-1002 A Key points: 1. Contract awarded for ship management services, indicating a need for specialized operational support. 2. The fixed-fee pricing structure aims to control costs for the Department of Transportation. 3. Lack of competition raises questions about potential overpayment and missed opportunities for better pricing. 4. The Maritime Administration is the contracting agency, focusing on deep-sea freight transportation.
Value Assessment
Rating: questionable
The contract is a firm fixed price, which is generally good for cost control. However, without competitive bidding, it's difficult to assess if the $3.08 million fee represents fair market value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, suggesting a sole-source award. This limits price discovery and may result in higher costs for taxpayers compared to a competitive process.
Taxpayer Impact: The lack of competition could lead to higher taxpayer costs if a more competitive process would have yielded a lower price.
Public Impact
Ensures continued operation of deep-sea freight transportation services. Potential for higher costs due to non-competitive award impacts taxpayer funds. Supports the operational readiness of maritime assets for the U.S. government.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Sole-source award
- Fixed fee without clear benchmark
Positive Signals
- Clear contract duration
- Fixed price contract type
Sector Analysis
The Maritime Administration's spending in this sector supports national security and economic interests through the operation of vessels. Benchmarks for ship management contracts can vary widely based on vessel type, duration, and services included.
Small Business Impact
This contract was awarded to Crowley Government Services, Inc., a large business. There is no indication that small businesses were involved as subcontractors or partners in this specific award.
Oversight & Accountability
The Department of Transportation's Maritime Administration is responsible for this award. Oversight should focus on ensuring the necessity of the sole-source award and validating the reasonableness of the fixed fee.
Related Government Programs
- Deep Sea Freight Transportation
- Department of Transportation Contracting
- Maritime Administration Programs
Risk Flags
- Lack of competition
- Potential for inflated pricing
- Limited transparency in award justification
- No small business participation noted
Tags
deep-sea-freight-transportation, department-of-transportation, ca, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $3.1 million to CROWLEY GOVERNMENT SERVICES, INC.. CURTISS FY25 SHIP MANAGER FIXED FEESCGS-CRT25-1002 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 $3.1 million.
What is the period of performance?
Start: 2024-12-21. End: 2025-10-26.
What is the justification for awarding this contract on a sole-source basis instead of through full and open competition?
The justification for a sole-source award typically involves specific circumstances such as urgent need, unique capabilities of the contractor, or when only one source is capable of meeting the requirement. Without further documentation, it is difficult to ascertain the precise reason for this non-competitive award. Further review would be needed to confirm if these criteria were met.
How does the $3.08 million fixed fee compare to similar ship management contracts awarded competitively?
Benchmarking this $3.08 million fixed fee against similar contracts is challenging without more detailed information on the scope of services, vessel types, and contract durations. However, given the lack of competition, there is a risk that this fee may be higher than what could have been achieved through a competitive bidding process. A comparative analysis with publicly available data on similar services would be beneficial.
What measures are in place to ensure the effectiveness and efficiency of the ship management services provided by Crowley Government Services under this contract?
Effectiveness and efficiency are typically ensured through performance metrics, service level agreements (SLAs), and regular reporting requirements outlined in the contract. The Department of Transportation should actively monitor Crowley's performance against these contractual obligations. Periodic reviews and potential incentives or penalties tied to performance can further drive effectiveness and accountability.
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
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: $3,080,049
Exercised Options: $3,080,049
Current Obligation: $3,080,049
Actual Outlays: $3,080,049
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 693JF724D000019
IDV Type: IDC
Timeline
Start Date: 2024-12-21
Current End Date: 2025-10-26
Potential End Date: 2025-10-26 00:00:00
Last Modified: 2026-02-20
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)