NOAA awards $12.7M contract for fishery observer support services to FLOAT PARTNERS LLC
Contract Overview
Contract Amount: $12,676,192 ($12.7M)
Contractor: Float Partners LLC
Awarding Agency: Department of Commerce
Start Date: 2023-09-18
End Date: 2026-09-17
Contract Duration: 1,095 days
Daily Burn Rate: $11.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: NOAA, NATIONAL MARINE FISHERIES SERVICE (NMFS), PACIFIC ISLANDS REGION OBSERVER PROGRAM (PIROP), FISHERY OBSERVER SUPPORT SERVICES
Place of Performance
Location: KANEOHE, HONOLULU County, HAWAII, 96744
State: Hawaii Government Spending
Plain-Language Summary
Department of Commerce obligated $12.7 million to FLOAT PARTNERS LLC for work described as: NOAA, NATIONAL MARINE FISHERIES SERVICE (NMFS), PACIFIC ISLANDS REGION OBSERVER PROGRAM (PIROP), FISHERY OBSERVER SUPPORT SERVICES Key points: 1. Contract awarded through full and open competition after exclusion of sources, indicating a competitive process. 2. The contract duration of 1095 days (3 years) suggests a need for sustained support. 3. The primary contractor, FLOAT PARTNERS LLC, is based in Hawaii, aligning with the Pacific Islands region focus. 4. The North American Industry Classification System (NAICS) code 541690 points to 'Other Scientific and Technical Consulting Services'. 5. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 6. No small business set-aside was utilized for this contract. 7. The award amount of $12.7 million over three years requires careful monitoring for value.
Value Assessment
Rating: good
The contract value of $12.7 million over three years for fishery observer support services appears reasonable given the scope. Benchmarking against similar contracts for specialized scientific support services in remote regions is challenging due to unique logistical and operational requirements. However, the firm fixed-price structure suggests that the government has negotiated a set price, providing cost certainty. Further analysis would require detailed cost breakdowns and comparisons to industry standards for similar technical consulting services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This indicates that while the competition was intended to be open, certain sources may have been excluded prior to the solicitation, or the initial solicitation may have been restricted before being opened more broadly. The specific details of the exclusion are not provided, but the 'full and open' designation suggests multiple bidders were likely considered. The level of competition achieved will influence price discovery and the potential for cost savings.
Taxpayer Impact: A competitive award process, even with exclusions, generally benefits taxpayers by encouraging multiple vendors to offer their best pricing and technical solutions. This helps ensure the government receives fair market value for the services procured.
Public Impact
The primary beneficiaries are the National Marine Fisheries Service (NMFS) Pacific Islands Region Observer Program, which relies on these services for critical data collection. Services delivered include essential support for the fishery observer program, crucial for sustainable fisheries management and marine ecosystem health in the Pacific Islands. The geographic impact is focused on the Pacific Islands region, including Hawaii, supporting federal operations in this vital marine area. The contract supports specialized technical consulting services, potentially impacting a niche workforce skilled in marine science and fisheries management support.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if the scope of 'support services' is broader than initially anticipated.
- Dependence on a single contractor for critical observer program support could pose a risk if performance issues arise.
- The 'exclusion of sources' aspect of the competition warrants further understanding to ensure maximum competitive benefit was realized.
Positive Signals
- Firm Fixed Price contract structure transfers cost risk to the contractor.
- Award to a single, presumably capable, vendor suggests a focused approach to meeting program needs.
- The contract duration provides stability for the observer program's operational needs.
Sector Analysis
The contract falls within the 'Other Scientific and Technical Consulting Services' sector (NAICS 541690). This broad category encompasses a wide range of specialized advisory and technical support. Within the context of NOAA and the National Marine Fisheries Service, this contract specifically supports the critical functions of a fishery observer program. Comparable spending benchmarks are difficult to establish precisely without more granular data on the specific services provided, but this contract represents a significant investment in scientific and technical support for marine resource management in a geographically complex region.
Small Business Impact
This contract was not awarded as a small business set-aside. There is no explicit information provided regarding subcontracting plans or requirements for small business participation. Therefore, the direct impact on the small business ecosystem is likely minimal unless the prime contractor voluntarily engages small businesses for subcontracting opportunities. Further investigation into subcontracting goals would be necessary to assess the full impact.
Oversight & Accountability
Oversight for this contract would primarily reside with the National Oceanic and Atmospheric Administration (NOAA) and the National Marine Fisheries Service (NMFS) contracting officers and program managers. Accountability measures are typically embedded within the contract's performance work statement and delivery schedules. Transparency is facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse related to the contract.
Related Government Programs
- Fishery Management Programs
- Marine Mammal Protection
- Endangered Species Act Compliance
- Fisheries Data Collection and Analysis
- Scientific and Technical Consulting Services
Risk Flags
- Potential for limited competition due to 'exclusion of sources' clause.
- Contractor performance risk for specialized support services.
- Geographic challenges in the Pacific Islands region impacting service delivery.
Tags
noaa, fishery-observer-program, scientific-consulting, pacific-islands, hawaii, firm-fixed-price, full-and-open-competition, department-of-commerce, marine-fisheries-service, technical-services, long-term-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Commerce awarded $12.7 million to FLOAT PARTNERS LLC. NOAA, NATIONAL MARINE FISHERIES SERVICE (NMFS), PACIFIC ISLANDS REGION OBSERVER PROGRAM (PIROP), FISHERY OBSERVER SUPPORT SERVICES
Who is the contractor on this award?
The obligated recipient is FLOAT PARTNERS LLC.
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 $12.7 million.
What is the period of performance?
Start: 2023-09-18. End: 2026-09-17.
What is the specific nature of the 'fishery observer support services' being provided under this contract?
The contract data indicates 'FISHERY OBSERVER SUPPORT SERVICES' for the NOAA, NATIONAL MARINE FISHERIES SERVICE (NMFS), PACIFIC ISLANDS REGION OBSERVER PROGRAM (PIROP). While the specific details are not fully elaborated in the provided data, these services typically involve logistical support, data management, administrative assistance, and potentially technical guidance necessary for the effective operation of the observer program. Fishery observers collect vital data at sea on catch, bycatch, and other fisheries-related information, which is crucial for stock assessments, management decisions, and ensuring compliance with regulations. The support services procured likely aim to enhance the efficiency and effectiveness of these data collection efforts in the challenging Pacific Islands region.
How does the $12.7 million contract value compare to historical spending on similar services by NOAA's Pacific Islands Region Observer Program?
Without access to historical spending data specifically for the PIROP's support services, a direct comparison is not possible. However, the $12.7 million award over three years ($4.23 million annually) represents a significant investment. To assess value, one would need to examine prior contracts for similar support functions within NMFS or other NOAA divisions, adjusting for inflation and scope differences. If previous support was handled by in-house staff or smaller, shorter-term contracts, this larger, consolidated contract might indicate an expansion of services or a shift towards outsourcing. A detailed analysis would involve reviewing historical contract awards for PIROP and comparable NMFS programs to establish a trend and benchmark.
What are the key performance indicators (KPIs) and risk mitigation strategies associated with this contract?
The provided data does not explicitly list the Key Performance Indicators (KPIs) or risk mitigation strategies. However, for a contract of this nature supporting a critical federal program, KPIs would likely include timeliness of service delivery, accuracy and completeness of support provided, adherence to reporting requirements, and overall program satisfaction from NMFS. Risk mitigation strategies would typically involve performance bonds, clear contract clauses for remedies in case of non-performance, regular progress reviews, and contingency planning for potential disruptions. The firm fixed-price nature itself mitigates financial risk for the government, but performance risk remains and would be managed through active contract oversight and defined performance standards.
What is the track record of FLOAT PARTNERS LLC in performing similar government contracts?
Information on the specific track record of FLOAT PARTNERS LLC in performing similar government contracts is not detailed in the provided data. To assess their track record, one would typically consult federal procurement databases (like SAM.gov or FPDS) to review past performance evaluations, contract history, and any reported disputes or terminations. Given this is a significant award, it is probable that FLOAT PARTNERS LLC has prior experience, potentially with NOAA or other agencies, in providing scientific, technical, or logistical support services. A thorough review of their past performance would be crucial for understanding their capabilities and reliability in fulfilling this contract.
What are the potential implications of the 'exclusion of sources' clause in the contract's competition type?
The competition type 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' suggests that while the competition was ultimately open, there might have been an initial phase where certain potential sources were excluded, or specific requirements were imposed that effectively limited the pool of eligible bidders before the final open solicitation. This could occur for various reasons, such as specific technical capabilities, past performance requirements, or unique certifications needed. While 'full and open' aims for maximum competition, the 'exclusion of sources' element implies that not all potential offerors were considered from the outset. This could potentially limit the breadth of competition and may warrant scrutiny to ensure it was justified and did not unduly restrict market access for qualified vendors.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Other Scientific and Technical Consulting Services
Product/Service Code: NATURAL RESOURCES MANAGEMENT › NATURAL RESOURCE CONSERVERVAT SVCS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 47-559 NENEHIWA PL, KANEOHE, HI, 96744
Business Categories: Category Business, Joint Venture Women Owned Small Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $12,676,192
Exercised Options: $12,676,192
Current Obligation: $12,676,192
Actual Outlays: $10,328,509
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 1305M323DNFFT0020
IDV Type: IDC
Timeline
Start Date: 2023-09-18
Current End Date: 2026-09-17
Potential End Date: 2028-09-17 00:00:00
Last Modified: 2025-09-03
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.)