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

State: California Government Spending

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

Positive Signals

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

Risk Flags

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 WarehousingDeep Sea, Coastal, and Great Lakes Water TransportationDeep Sea Freight Transportation

Product/Service Code: OPERATION OF GOVT OWNED FACILITYOPERATE 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.

View all Crowley Government Services, Inc. federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending