NOAA awards $2.7M for ship repairs to Vanport Marine, Inc. for FY26 operations
Contract Overview
Contract Amount: $2,745,094 ($2.7M)
Contractor: Vanport Marine, Inc.
Awarding Agency: Department of Commerce
Start Date: 2025-11-03
End Date: 2025-12-18
Contract Duration: 45 days
Daily Burn Rate: $61.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 4
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FISCAL YEAR 2026 DOCKSIDE REPAIRS FOR NOAA SHIP BELL M. SHIMADA
Place of Performance
Location: NEWPORT, LINCOLN County, OREGON, 97365
State: Oregon Government Spending
Plain-Language Summary
Department of Commerce obligated $2.7 million to VANPORT MARINE, INC. for work described as: FISCAL YEAR 2026 DOCKSIDE REPAIRS FOR NOAA SHIP BELL M. SHIMADA Key points: 1. Contract value appears reasonable for specialized maritime repair services. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. Fixed-price contract type mitigates cost overrun risks for the government. 4. Short performance period indicates a focused scope of work. 5. This contract supports NOAA's operational readiness for its research fleet. 6. The award falls within the Ship Building and Repairing sector.
Value Assessment
Rating: good
The contract value of approximately $2.75 million for dockside repairs of the NOAA Ship Bell M. Shimada seems aligned with industry standards for specialized maritime maintenance. While direct comparisons are difficult without detailed scope of work and specific repair needs, the fixed-price nature of the contract provides cost certainty. Benchmarking against similar NOAA vessel repair contracts would offer further insight into value for money, but the amount does not immediately suggest overpricing given the complexity of ship maintenance.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' which implies that while the competition was intended to be broad, specific exclusions were made. This could be due to specialized capabilities or geographic requirements. With four bidders, the competition level appears moderate, which can still lead to fair price discovery, but might not be as robust as a completely unrestricted full and open competition.
Taxpayer Impact: The moderate level of competition suggests that taxpayers likely received a fair price, though a broader competition might have yielded even more competitive pricing. The exclusion of certain sources warrants scrutiny to ensure it was justified by technical or operational necessity.
Public Impact
The primary beneficiaries are NOAA's scientific research missions, ensuring the Bell M. Shimada is operational. Services delivered include essential dockside repairs to maintain the vessel's structural integrity and operational capabilities. The geographic impact is localized to the port where the repairs are conducted, likely in Oregon given the contractor's location. The contract supports skilled labor within the maritime repair industry.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition due to 'exclusion of sources' clause.
- Reliance on a single delivery order for a specific repair period.
Positive Signals
- Fixed-price contract limits financial risk for the government.
- Clear performance period (November-December 2025) ensures timely completion.
- Award to an established contractor in the maritime sector.
Sector Analysis
The Ship Building and Repairing sector (NAICS 336611) is a critical component of the maritime industry, supporting both commercial and governmental fleets. This contract for NOAA's research vessel falls within this specialized niche. Market size for ship repair is substantial, driven by the need for ongoing maintenance and upgrades to ensure safety and operational efficiency. Comparable spending benchmarks would involve analyzing other contracts for similar-sized research vessels or specialized maritime assets.
Small Business Impact
This contract does not appear to have a small business set-aside (SB is false). There is no explicit mention of subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem is likely minimal unless Vanport Marine, Inc. voluntarily engages small businesses in its subcontracting efforts.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Commerce and NOAA's contracting officers and program managers. The fixed-price nature of the contract simplifies oversight by focusing on deliverable completion rather than cost accumulation. Transparency is generally maintained through contract award databases, though detailed repair specifications are typically internal. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- NOAA Vessel Maintenance Contracts
- Maritime Repair Services
- Federal Ship Building and Repair Spending
- Department of Commerce Procurement
Risk Flags
- Potential for limited competition due to source exclusion.
- Scope definition clarity for fixed-price repair work.
Tags
noaa, department-of-commerce, ship-building-and-repairing, firm-fixed-price, delivery-order, full-and-open-competition-after-exclusion-of-sources, vanport-marine-inc, oregon, fiscal-year-2026, research-vessel, maritime-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $2.7 million to VANPORT MARINE, INC.. FISCAL YEAR 2026 DOCKSIDE REPAIRS FOR NOAA SHIP BELL M. SHIMADA
Who is the contractor on this award?
The obligated recipient is VANPORT MARINE, 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 $2.7 million.
What is the period of performance?
Start: 2025-11-03. End: 2025-12-18.
What is the track record of Vanport Marine, Inc. with federal contracts, particularly with NOAA?
Vanport Marine, Inc. has a history of securing contracts with federal agencies, including NOAA. Analyzing their past performance on similar vessel repair contracts would provide insight into their reliability, quality of work, and adherence to schedules and budgets. A review of contract databases like SAM.gov or FPDS would reveal the number and value of previous awards, as well as any performance evaluations or disputes. Understanding their experience with NOAA specifically is crucial, as it indicates familiarity with the agency's unique operational requirements and vessel types. Consistent successful performance on prior contracts suggests a lower risk for this current award.
How does the $2.75 million cost compare to similar NOAA ship repair contracts?
Benchmarking the $2.75 million cost requires comparing it to contracts for repairs on vessels of similar size, age, and complexity, particularly within NOAA's fleet or comparable federal research vessels. Factors such as the specific type of repairs needed (e.g., hull work, engine overhaul, system upgrades), the duration of the dry-docking period, and the prevailing labor and material costs in the region where the repairs are performed significantly influence the total price. Without access to detailed repair scopes and regional cost data, a precise comparison is challenging. However, the fixed-price nature suggests that the government has negotiated a set cost for a defined scope, aiming for value.
What are the primary risks associated with this contract, and how are they mitigated?
The primary risks associated with this contract include potential delays in repair completion, unforeseen technical issues discovered during the repair process, and the quality of the work performed. Mitigation strategies are embedded in the contract structure. The fixed-price type shifts the financial risk of cost overruns to the contractor, Vanport Marine, Inc. The defined performance period (November 3 to December 18, 2025) sets clear expectations for timely completion. NOAA's oversight, through its contracting officer and technical representatives, will monitor progress and ensure adherence to specifications. Pre-award vetting of the contractor's capabilities and past performance also serves as a risk mitigation measure.
How effective is the 'Full and Open Competition After Exclusion of Sources' in ensuring value for taxpayers?
The 'Full and Open Competition After Exclusion of Sources' aims to balance broad competition with specific needs. While it allows multiple bidders to compete, the exclusion of certain sources implies that only a subset of potential contractors were eligible. This can be justified if only a few firms possess the unique technical capabilities, certifications, or geographic proximity required for the specific repair. However, it inherently limits the competitive pool compared to unrestricted full and open competition. The effectiveness in ensuring value for taxpayers depends on the justification for the exclusions and the number of bidders that remained. Moderate competition (four bidders in this case) can still yield competitive pricing, but taxpayers might forgo potential savings if the excluded sources could have offered a more competitive bid.
What is the historical spending pattern for dockside repairs for NOAA's research fleet?
Analyzing historical spending patterns for NOAA's research fleet repairs would reveal trends in contract values, frequency of awards, and types of services procured. This includes examining spending across different NOAA vessels and over multiple fiscal years. Understanding this pattern helps in assessing whether the current $2.75 million award is consistent with past investments or represents a significant deviation. It can also highlight any recurring issues or maintenance needs across the fleet. Such analysis provides context for evaluating the current contract's value and identifying potential areas for cost savings or efficiency improvements in future procurement strategies.
What are the implications of the firm fixed-price contract type for this repair work?
A Firm Fixed Price (FFP) contract type is generally preferred by the government when the scope of work is well-defined and risks are understood. For dockside repairs of the NOAA Ship Bell M. Shimada, an FFP contract means that Vanport Marine, Inc. is obligated to complete the work for the agreed-upon price, regardless of their actual costs. This shifts the risk of cost overruns to the contractor. It provides the government with budget certainty and simplifies financial management. However, it also means that if the contractor completes the work under budget, they retain the savings, which could be seen as a missed opportunity for the government to secure a lower price if the initial estimate was too high. The success of an FFP contract relies heavily on a clear and comprehensive statement of work.
Industry Classification
NAICS: Manufacturing › Ship and Boat Building › Ship Building and Repairing
Product/Service Code: SHIPS, SMALL CRAFT, PONTOON, DOCKS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 1305M225R0039
Offers Received: 4
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2711 NE COLUMBIA BLVD, PORTLAND, OR, 97211
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,745,094
Exercised Options: $2,745,094
Current Obligation: $2,745,094
Actual Outlays: $2,745,094
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 1305M223DNMAN0058
IDV Type: IDC
Timeline
Start Date: 2025-11-03
Current End Date: 2025-12-18
Potential End Date: 2025-12-18 00:00:00
Last Modified: 2026-03-17
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.)