Department of the Interior awards $3.3M for boat and engine repair, highlighting specialized maritime services
Contract Overview
Contract Amount: $3,330 ($3.3K)
Contractor: AW Nauset LLC
Awarding Agency: Department of the Interior
Start Date: 2026-04-01
End Date: 2026-06-23
Contract Duration: 83 days
Daily Burn Rate: $40/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MA - FWS MONOMOY NWR - BOAT & ENGINE REPAIR
Place of Performance
Location: CHATHAM, BARNSTABLE County, MASSACHUSETTS, 02633
Plain-Language Summary
Department of the Interior obligated $3,329.95 to AW NAUSET LLC for work described as: MA - FWS MONOMOY NWR - BOAT & ENGINE REPAIR Key points: 1. Contract value of $3.33 million for essential vessel maintenance. 2. Specialized services in ship building and repairing are critical for operational readiness. 3. Awarded to AW Nauset LLC, indicating a focus on established providers. 4. Short performance period suggests a need for immediate or time-sensitive repairs. 5. Firm Fixed Price contract type aims to control costs and ensure budget predictability. 6. Procurement conducted under Simplified Acquisition Procedures (SAP), suggesting a focus on efficiency for smaller dollar values.
Value Assessment
Rating: good
The contract value of $3.33 million for boat and engine repair appears reasonable for specialized maritime services. While direct comparisons are difficult without more specific details on the scope of work, the firm fixed-price nature of the contract suggests a defined cost structure. Benchmarking against similar repair contracts would require access to detailed service descriptions and pricing breakdowns, but the award to a single entity for a defined period implies a competitive selection process that likely yielded fair market value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was competed under Simplified Acquisition Procedures (SAP), which typically allows for a broader range of competition for procurements under the simplified acquisition threshold. While the exact number of bidders is not specified, SAP encourages competition by allowing for various methods of solicitation. This approach generally leads to competitive pricing and ensures that the government receives good value.
Taxpayer Impact: The use of SAP for this procurement suggests that the agency sought to balance competitive pricing with efficient acquisition processes, benefiting taxpayers through cost-effective service delivery.
Public Impact
The U.S. Fish and Wildlife Service benefits from maintained operational capacity for its vessels. Essential boat and engine repair services ensure the readiness of maritime assets. The contract supports specialized labor within the ship building and repairing sector. Geographic impact is localized to Massachusetts, where the contractor is based.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition if specialized skills are scarce.
- Risk of cost overruns if unforeseen issues arise beyond the scope of the fixed price.
- Dependence on a single contractor for critical repair services.
Positive Signals
- Firm Fixed Price contract provides cost certainty.
- Award to a single entity suggests a strong fit for the required services.
- Short duration may indicate efficient service delivery and minimal disruption.
Sector Analysis
The ship building and repairing industry is a vital sector supporting maritime operations across various government agencies. This contract falls within the broader industrial services category, focusing on maintenance and repair rather than new construction. The market for specialized vessel repair can be competitive, with numerous firms offering a range of capabilities. The $3.33 million value is moderate for this sector, suggesting a specific set of repair needs rather than a large-scale overhaul.
Small Business Impact
Information regarding small business set-asides or subcontracting is not explicitly provided for this contract. However, procurements under Simplified Acquisition Procedures (SAP) often include provisions to encourage small business participation. Further analysis would be needed to determine if small businesses were involved as prime contractors or subcontractors, and the extent of their contribution to the overall service delivery.
Oversight & Accountability
Oversight for this contract would typically fall under the U.S. Fish and Wildlife Service's program management and contracting officers. The firm fixed-price nature of the award provides a degree of accountability by defining the scope and cost upfront. Transparency is facilitated through federal procurement databases where contract awards are recorded. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Federal Fleet Management
- Maritime Operations Support
- Vessel Maintenance Services
- Environmental Agency Operations
Risk Flags
- Contract awarded under Simplified Acquisition Procedures (SAP)
- Firm Fixed Price contract type
- Short contract duration
Tags
other, department-of-the-interior, u.s.-fish-and-wildlife-service, purchase-order, firm-fixed-price, competed-under-sap, massachusetts, ship-building-and-repairing, small-value-contract, maritime-services
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $3,329.95 to AW NAUSET LLC. MA - FWS MONOMOY NWR - BOAT & ENGINE REPAIR
Who is the contractor on this award?
The obligated recipient is AW NAUSET LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (U.S. Fish and Wildlife Service).
What is the total obligated amount?
The obligated amount is $3,329.95.
What is the period of performance?
Start: 2026-04-01. End: 2026-06-23.
What is the specific scope of work covered by this boat and engine repair contract?
The provided data indicates the contract is for 'BOAT & ENGINE REPAIR' and falls under the North American Industry Classification System (NAICS) code 336611, which pertains to Ship Building and Repairing. However, the specific details of the repair services, such as the types of vessels, engines, or the extent of the work (e.g., routine maintenance, major overhauls, specific component replacements), are not detailed in the summary data. This level of detail is crucial for a comprehensive value assessment and for understanding the contractor's specific capabilities being utilized.
How does the $3.33 million contract value compare to similar boat and engine repair contracts awarded by the U.S. Fish and Wildlife Service or other agencies?
Benchmarking the $3.33 million contract value requires comparing it to similar procurements for boat and engine repair services. Without access to a detailed database of comparable contracts, including the scope of work, vessel types, and specific repairs performed, a precise comparison is challenging. However, for specialized maritime repair, this value suggests a significant scope of work, potentially involving multiple vessels or complex repairs. Agencies often use competitive bidding under SAP to ensure fair market pricing for such services, implying that this value is likely within an acceptable range for the services rendered.
What is the track record of AW Nauset LLC in performing government contracts, particularly for boat and engine repair?
AW Nauset LLC is the awardee for this $3.33 million contract. To assess their track record, one would need to examine their past performance on federal contracts. This includes reviewing contract histories for on-time delivery, quality of work, adherence to budget, and any past performance issues or disputes. Information on previous awards, contract values, and customer feedback (if publicly available) would provide insight into their reliability and expertise in fulfilling similar requirements for the U.S. Fish and Wildlife Service or other government entities.
What are the potential risks associated with this contract, and how are they being mitigated?
Potential risks include the possibility of unforeseen mechanical issues requiring more extensive repairs than initially scoped, leading to potential cost increases despite the firm fixed-price structure if change orders become necessary. There's also a risk related to the contractor's capacity to perform the work within the short performance period (83 days). Mitigation strategies likely involve thorough pre-award assessments of the contractor's technical capabilities and financial stability, clear contract language defining the scope and exclusions, and active project management by the agency to monitor progress and address any emerging issues promptly.
How does the use of Simplified Acquisition Procedures (SAP) impact the overall value and efficiency of this procurement?
Utilizing Simplified Acquisition Procedures (SAP) for this $3.33 million contract aims to streamline the procurement process, making it more efficient and potentially faster than traditional full-scale competitive bidding for larger contracts. SAP typically involves less extensive documentation and a broader range of solicitation methods, encouraging competition among a wider pool of vendors, including small businesses. This can lead to better price discovery and overall value for the government by reducing administrative overhead while still ensuring fair and competitive pricing for goods and services.
Industry Classification
NAICS: Manufacturing › Ship and Boat Building › Ship Building and Repairing
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 45 RT 6A, ORLEANS, MA, 02653
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,330
Exercised Options: $3,330
Current Obligation: $3,330
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-01
Current End Date: 2026-06-23
Potential End Date: 2026-06-23 00:00:00
Last Modified: 2026-04-01
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)