NOAA Spends $77.4K on MacGregor Hydraulic Valve Parts, Citing OEM Source

Contract Overview

Contract Amount: $77,405 ($77.4K)

Contractor: Macgregor USA Inc

Awarding Agency: Department of Commerce

Start Date: 2026-04-02

End Date: 2026-10-31

Contract Duration: 212 days

Daily Burn Rate: $365/day

Competition Type: NOT COMPETED UNDER SAP

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: PROCUREMENT OF AFT A-FRAME HYDRAULIC CONTROL VALVE AND WINCH PARTS FROM OEM (MACGREGOR).

Place of Performance

Location: HAMPTON, HAMPTON CITY County, VIRGINIA, 23661

State: Virginia Government Spending

Plain-Language Summary

Department of Commerce obligated $77,404.96 to MACGREGOR USA INC for work described as: PROCUREMENT OF AFT A-FRAME HYDRAULIC CONTROL VALVE AND WINCH PARTS FROM OEM (MACGREGOR). Key points: 1. Spending is concentrated with a single OEM supplier, MacGregor. 2. The contract is for essential repair parts for NOAA's Aft A-Frame. 3. Limited competition raises concerns about potential overpricing. 4. The sector is industrial machinery repair and maintenance.

Value Assessment

Rating: questionable

The $77,404.96 price for specialized OEM parts is difficult to assess without benchmarks. Given the sole-source nature, it's questionable if this represents fair market value compared to potential aftermarket or refurbished options.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed under the Simplified Acquisition Procedures (SAP), indicating a sole-source award to MacGregor USA Inc. This lack of competition limits price discovery and potentially leads to higher costs for taxpayers.

Taxpayer Impact: Taxpayer funds are being spent without competitive bidding, potentially resulting in a higher cost than if multiple suppliers were considered.

Public Impact

Ensures operational readiness of critical NOAA research vessels. Supports specialized equipment maintenance, vital for scientific missions. Highlights reliance on original equipment manufacturers for parts.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source procurement
  • Lack of competition
  • Potential for inflated pricing

Positive Signals

  • Procurement for essential operational equipment
  • Clear end-user agency identified

Sector Analysis

This procurement falls within the industrial machinery repair and maintenance sector. Spending benchmarks for such specialized OEM parts are highly variable and depend on the specific equipment's complexity and rarity.

Small Business Impact

The data indicates this procurement did not involve small businesses, either as the prime contractor or potentially as subcontractors. Further analysis would be needed to determine if small businesses could have supplied these parts.

Oversight & Accountability

The award was a delivery order under an unspecified contract. Oversight should focus on ensuring the justification for sole-source procurement is robust and that future procurements explore competitive options.

Related Government Programs

  • Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Department of Commerce Contracting
  • National Oceanic and Atmospheric Administration Programs

Risk Flags

  • Sole-source award
  • Lack of documented competition
  • Potential for price gouging
  • Limited transparency on justification

Tags

commercial-and-industrial-machinery-and-, department-of-commerce, va, delivery-order, under-100k

Frequently Asked Questions

What is this federal contract paying for?

Department of Commerce awarded $77,404.96 to MACGREGOR USA INC. PROCUREMENT OF AFT A-FRAME HYDRAULIC CONTROL VALVE AND WINCH PARTS FROM OEM (MACGREGOR).

Who is the contractor on this award?

The obligated recipient is MACGREGOR USA 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 $77,404.96.

What is the period of performance?

Start: 2026-04-02. End: 2026-10-31.

What is the justification for awarding this contract sole-source to MacGregor?

The provided data does not explicitly state the justification for the sole-source award. Typically, sole-source contracts are justified when only one responsible source can provide the required supplies or services, such as unique proprietary parts or critical maintenance requiring specialized expertise only available from the OEM.

What is the risk associated with relying solely on OEM parts for critical equipment?

The primary risk is inflated pricing due to the lack of competition. Additionally, reliance on a single OEM can lead to supply chain vulnerabilities, longer lead times, and potential obsolescence if the OEM discontinues support. It also limits opportunities for innovation or cost savings through alternative suppliers.

How effective is this procurement in ensuring the long-term operational capability of NOAA vessels?

This procurement is effective in the short term by ensuring the immediate availability of necessary parts for the Aft A-Frame hydraulic control valve and winch. However, the long-term effectiveness is questionable due to the sole-source nature, which may not be sustainable or cost-effective if competitive alternatives exist or could be developed.

Industry Classification

NAICS: Other Services (except Public Administration)Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and MaintenanceCommercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance

Product/Service Code: SHIP AND MARINE EQUIPMENT

Competition & Pricing

Extent Competed: NOT COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 400 ROTARY ST, HAMPTON, VA, 23661

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Manufacturer of Goods, Not Designated a Small Business, Special Designations

Financial Breakdown

Contract Ceiling: $77,405

Exercised Options: $77,405

Current Obligation: $77,405

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 1305M223DNMAN0015

IDV Type: IDC

Timeline

Start Date: 2026-04-02

Current End Date: 2026-10-31

Potential End Date: 2026-10-31 00:00:00

Last Modified: 2026-04-02

Other Department of Commerce Contracts

View all Department of Commerce contracts →

Explore Related Government Spending