NOAA's $17.4M USNS Capable Conversion Contract Awarded to Puget Sound Commerce Center
Contract Overview
Contract Amount: $17,417,738 ($17.4M)
Contractor: Puget Sound Commerce Center, Inc.
Awarding Agency: Department of Commerce
Start Date: 2005-08-22
End Date: 2008-09-15
Contract Duration: 1,120 days
Daily Burn Rate: $15.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 5
Pricing Type: FIXED PRICE INCENTIVE
Sector: Other
Official Description: DESIGN AND CONVERSION OF THE USNS CAPABLE
Place of Performance
Location: SEATTLE, KING County, WASHINGTON, 98134, UNITED STATES OF AMERICA
Plain-Language Summary
Department of Commerce obligated $17.4 million to PUGET SOUND COMMERCE CENTER, INC. for work described as: DESIGN AND CONVERSION OF THE USNS CAPABLE Key points: 1. Contract value of $17.4M for ship conversion. 2. Awarded to Puget Sound Commerce Center, Inc. 3. Competition method was 'Full and Open Competition After Exclusion of Sources'. 4. Sector is Ship Building and Repairing. 5. Contract type is Fixed Price Incentive.
Value Assessment
Rating: fair
The contract value of $17.4M for ship conversion appears to be within a reasonable range for such specialized work, though direct comparable contracts are difficult to pinpoint without more detailed scope information. The fixed-price incentive structure suggests an effort to control costs while allowing for adjustments based on performance.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The competition method 'Full and Open Competition After Exclusion of Sources' indicates that while the competition was intended to be broad, specific exclusions were applied, potentially limiting the pool of eligible bidders. This method can impact price discovery by reducing the number of competitive offers.
Taxpayer Impact: The impact on taxpayers is moderate, as the limited competition may have led to a higher price than a fully open process, but the incentive structure aims to mitigate cost overruns.
Public Impact
Ensures the operational readiness of a key NOAA vessel. Supports the maritime industry and specialized shipbuilding/repair services. The conversion likely enhances the vessel's capabilities for scientific research or operational missions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition due to source exclusion.
- Fixed Price Incentive contract type can lead to cost growth if not managed carefully.
- Contract duration of 1120 days is substantial.
Positive Signals
- Awarded to a specific company for a specialized task.
- Clear start and end dates for the project.
- The vessel is designated for NOAA's use, implying a public service purpose.
Sector Analysis
The Ship Building and Repairing sector is highly specialized, often involving complex engineering and significant capital investment. Government contracts in this area are crucial for maintaining naval and research fleets, with pricing benchmarks varying widely based on vessel type, scope of work, and technological requirements.
Small Business Impact
The data indicates this contract was not awarded to small businesses (sb: false). The nature of large-scale ship conversion typically requires extensive facilities and expertise, which are more commonly found in larger, established firms within the shipbuilding and repair industry.
Oversight & Accountability
Oversight would typically be managed by the National Oceanic and Atmospheric Administration (NOAA) contracting officers and program managers. Accountability for performance and cost would be tied to the terms of the Fixed Price Incentive contract, including milestones and final delivery.
Related Government Programs
- Ship Building and Repairing
- Department of Commerce Contracting
- National Oceanic and Atmospheric Administration Programs
Risk Flags
- Potential for cost overruns due to FPI contract type.
- Limited competition may have reduced price competitiveness.
- Lack of small business participation.
- Long contract duration increases exposure to market and technological changes.
Tags
ship-building-and-repairing, department-of-commerce, wa, dca, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $17.4 million to PUGET SOUND COMMERCE CENTER, INC.. DESIGN AND CONVERSION OF THE USNS CAPABLE
Who is the contractor on this award?
The obligated recipient is PUGET SOUND COMMERCE CENTER, INC..
Which agency awarded this contract?
Awarding agency: Department of Commerce (National Oceanic and Atmospheric Administration).
What is the total obligated amount?
The obligated amount is $17.4 million.
What is the period of performance?
Start: 2005-08-22. End: 2008-09-15.
What specific exclusions were made in the 'Full and Open Competition After Exclusion of Sources' and what was the justification?
The justification for excluding specific sources in a 'Full and Open Competition After Exclusion of Sources' award typically relates to factors such as unique capabilities, prior experience with a specific vessel, proprietary technology, or urgent and compelling needs that only certain contractors can meet. Without further details on this specific contract, it's impossible to determine the exact reasons for exclusion, but they would need to be formally documented and justified to ensure fair and reasonable procurement practices.
How did the fixed-price incentive structure impact the final cost compared to initial projections?
A Fixed Price Incentive (FPI) contract establishes a target cost, target profit, and a price ceiling. The government and contractor share in any cost savings or overruns between the target cost and the ceiling, based on a pre-defined formula. To assess the impact, one would need to compare the final negotiated cost against the initial target cost and examine the sharing ratio to understand how cost variances were allocated, ultimately determining the final taxpayer expenditure.
What are the long-term benefits and operational improvements expected from the USNS Capable conversion?
The long-term benefits of the USNS Capable conversion likely center on enhanced operational capabilities for NOAA's missions, such as improved scientific data collection, increased deployment range, or the integration of new technologies. These improvements would contribute to more effective research, monitoring, and response efforts in areas like climate science, oceanography, or fisheries management, ultimately providing greater value to the public through better environmental understanding and resource stewardship.
Industry Classification
NAICS: Manufacturing › Ship and Boat Building › Ship Building and Repairing
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › NON-NUCLEAR SHIP REPAIR
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 5
Pricing Type: FIXED PRICE INCENTIVE (L)
Evaluated Preference: NONE
Contractor Details
Address: 1801 16TH AVE SW, SEATTLE, WA, 98134
Business Categories: Category Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $17,417,738
Exercised Options: $17,417,738
Current Obligation: $17,417,738
Timeline
Start Date: 2005-08-22
Current End Date: 2008-09-15
Potential End Date: 2008-09-15 00:00:00
Last Modified: 2015-12-09
More Contracts from Puget Sound Commerce Center, Inc.
- 200412!042697!1700!BZ004 !naval SEA Systems Command !N0002404C4152 !A!N! !N! ! !20040331!20081222!001288828!001288828!001288828!n!todd Pacific Shipyards Corpora!1801 16TH AVE SW !seattle !wa!98134!63000!033!53!seattle !king !washington!+000000018224!n!n!000132950417!j998!non-Nuclear Ship Repair (east) !S1 !services !161 !CVN 68 !237990!E! !3! ! ! ! ! !99990909!B! ! !B! !a!u!r!2!001!b! !Z!Y!Z! ! !N!C!N! ! ! !z!z!a!a!000!a!c!n! ! ! !Y! ! !0001! ! — $193.0M (Department of Defense)
- 199904!1700!1189!bz008!naval SEA Systems Command !N0002499C8503 !A!*!* !19990119!20040604!001288828!001288828!001288828!n!4p759!todd Shipyards Corporation !1801 16TH AVE SW !seattle !wa!98134!63000!033!53!seattle !king !washington!0001!+000000399351!n!n!000000000000!y154!ship Construction & Repair Facilities !A3 !ships !2sbp!carrier Acft Nuclear-Cvan !3731!3!*!*!*!B!A!*!A !N!R!2!002!B!* !Z!N!Z!* !* !n!b!*!a!*!a!a!a!*!* !*!n!a!b!n!*!*!*!*!*! — $170.1M (Department of Defense)
- Execution Planning for USS Shoup (DDG 86) FY11 Dsra — $121.5M (Department of Defense)
- 200112!000392!1700!BS799 !supervisor Shipbuilding Conversi!n0002401c4115 !a!n!*!n!a00001 !20010709!20011105!001288828!001288828!001288828!n!todd Pacific Shipyards Corpora!1801 16TH AVE SW !seattle !wa!98134!07695!035!53!bremerton !kitsap !washington!+000000070000!n!n!000000000000!j999!non-Nuclear Ship Repair (west) !A3 !ships !2000!NOT Discernable or Classified !336611!*!*!3! ! !b!*!*!*!b!*!*!n!a!a !n!j!2!002!n!2a!a!n!c! ! !n!b!n!n! ! !A! !a!a!000!a!b!y!f!y! ! ! ! !0001! — $102.0M (Department of Defense)
- Healy Phased Maintenance Solicitation PR (MOD 001 Increased PR by $100,000 From $1 for DS06 Planning — $40.7M (Department of Homeland Security)
View all Puget Sound Commerce Center, Inc. federal contracts →
Other Department of Commerce Contracts
- THE Purpose of This Contract IS to Develop the Ground System That Will Support Noaa S Next Generation Geostationary Satellite Series, Goes-R. This NEW Series of Spacecraft, SET to Begin Launching in 2015, IS Expected to Double the Clarity of Today S Satellite Imagery and Provide AT Least 20 Times More Atmospheric Observations From Space. the Contractor IS to Design, Develop, Test and Implement the Goes-R Ground System. the Ground System Will Capture Data From the Goes-R Satellites, and Process and Distribute the Information to Operational Users — $1.8B (L3harris Technologies, Inc.)
- Engineering Services and Development Leading to the Delivery of the Jpss Common Ground System Instrument and Support — $1.6B (Raytheon Company)
- Enterprise Solutions Framework (ESF) for Multi-Tiered Acquisition Framework for Systems Engineering and Integration - Program Tier Work Order 003 - 2020 Census Technical Integrator — $1.5B (T-Rex Solutions LLC)
- THE Goal of the Decennial Response Integration System (dris) Contract IS to Obtain a Practical Solution to Providing Respondent Assistance and Data Capture for the 2010 Census — $930.7M (Lockheed Martin Services, LLC)
- 2020 Census Questionnaire Assistance (2020 CQA) — $918.3M (Maximus Federal Services, Inc.)