DOJ's National Vessel Services Funding contract awarded to National Maritime Services Inc. for $9.68M

Contract Overview

Contract Amount: $9,680,901 ($9.7M)

Contractor: National Maritime Services Inc

Awarding Agency: Department of Justice

Start Date: 2024-09-24

End Date: 2025-09-23

Contract Duration: 364 days

Daily Burn Rate: $26.6K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: AFD: NATIONAL VESSEL SERVICES FUNDING

Place of Performance

Location: SUNRISE, BROWARD County, FLORIDA, 33323

State: Florida Government Spending

Plain-Language Summary

Department of Justice obligated $9.7 million to NATIONAL MARITIME SERVICES INC for work described as: AFD: NATIONAL VESSEL SERVICES FUNDING Key points: 1. Contract value of $9.68M for vessel services indicates significant operational support needs. 2. Full and open competition suggests a potentially competitive bidding process. 3. Fixed-price contract type aims to control costs for the government. 4. The contract duration of one year with a delivery order structure allows for flexibility. 5. The award to a single contractor implies a focus on specialized services or established relationships. 6. The geographic focus on Florida (st. FL) may indicate specific operational requirements in that region.

Value Assessment

Rating: fair

The contract value of $9.68M for vessel services appears substantial for a one-year duration. Benchmarking against similar contracts for warehousing and storage services, particularly those involving specialized maritime assets, would be necessary to fully assess value for money. The firm fixed-price structure provides cost certainty, but the absence of detailed performance metrics or unit costs makes a precise value assessment challenging without further data. The award amount itself does not inherently signal over or underpayment without comparative analysis.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. The number of bidders is not specified, but this procurement method generally fosters a competitive environment, which can lead to better pricing and service offerings for the government. The fact that it was competed fully suggests that the government sought the best possible solution through a broad market search.

Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it increases the likelihood of obtaining competitive pricing and encourages a wider range of innovative solutions, potentially leading to cost savings or improved service delivery.

Public Impact

The U.S. Marshals Service benefits from this contract by securing essential vessel services. Services provided likely include maintenance, storage, or operational support for vessels used in federal operations. The geographic impact is concentrated in Florida, suggesting a need for these services in that state. Workforce implications may include employment opportunities for maritime professionals and support staff in Florida.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader 'Other Warehousing and Storage' sector, but with a specific focus on maritime assets. The market for specialized vessel services can be niche, often requiring specific expertise and infrastructure. Comparable spending benchmarks would depend heavily on the exact nature of the services rendered (e.g., dry-docking, routine maintenance, secure storage, transportation). The overall federal spending on logistics and support services for law enforcement and operational assets is substantial, with this contract representing a component of that larger ecosystem.

Small Business Impact

The data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). Therefore, the direct impact on small businesses through set-asides is nil. However, National Maritime Services Inc. may engage small businesses as subcontractors, which would be a positive indirect impact. Further investigation into subcontracting plans would be needed to fully assess the impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract would primarily reside with the U.S. Marshals Service, the contracting agency. Accountability measures are embedded in the firm fixed-price contract terms, requiring delivery of specified services. Transparency is facilitated by the contract award being publicly available. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected related to the contract's execution.

Related Government Programs

Risk Flags

Tags

department-of-justice, u.s.-marshals-service, national-maritime-services-inc, delivery-order, firm-fixed-price, full-and-open-competition, warehousing-and-storage, vessel-services, florida, federal-spending, law-enforcement-support

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $9.7 million to NATIONAL MARITIME SERVICES INC. AFD: NATIONAL VESSEL SERVICES FUNDING

Who is the contractor on this award?

The obligated recipient is NATIONAL MARITIME SERVICES INC.

Which agency awarded this contract?

Awarding agency: Department of Justice (U.S. Marshals Service).

What is the total obligated amount?

The obligated amount is $9.7 million.

What is the period of performance?

Start: 2024-09-24. End: 2025-09-23.

What is the specific nature of the 'vessel services' being procured under this contract?

The provided data categorizes this contract under NAICS code 493190 (Other Warehousing and Storage) and describes the service as 'NATIONAL VESSEL SERVICES FUNDING'. While the exact nature of 'vessel services' is not detailed, it implies activities related to the management, maintenance, storage, or operational readiness of vessels utilized by the U.S. Marshals Service. This could range from routine upkeep and security to more specialized services like dry-docking, repair, or preparation for deployment. Without further documentation, such as the Statement of Work (SOW) or Performance Work Statement (PWS), the precise scope remains ambiguous. However, given the agency, these vessels might be related to interdictions, transportation, or evidence management.

How does the $9.68M contract value compare to historical spending on similar vessel services by the U.S. Marshals Service or other federal agencies?

A direct comparison of the $9.68M contract value requires identifying historical contracts with identical or highly similar service descriptions and durations. The current contract is for one year (364 days). If similar one-year contracts for comparable vessel services have historically ranged from $5M to $15M, then this award would be within a reasonable range. Conversely, if historical spending for similar services was significantly lower (e.g., $1M-$3M), it might suggest a higher cost for this particular award. Without access to a comprehensive database of historical federal procurement data specifically for 'vessel services' procured by law enforcement agencies, a precise benchmark is difficult. However, the value appears substantial for a single-year contract, suggesting either a high volume of assets or complex service requirements.

What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract to ensure effective service delivery?

The provided summary data does not include specific Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. Typically, these would be detailed within the contract's Statement of Work (SOW) or Performance Work Statement (PWS). For a contract involving vessel services, potential KPIs could include response times for maintenance requests, adherence to maintenance schedules, vessel readiness rates, security compliance, and timely completion of any required certifications or inspections. The absence of this information in the summary makes it challenging to quantitatively assess the contractor's performance and the effectiveness of the services delivered. The firm fixed-price nature implies that the contractor is responsible for meeting all requirements within the agreed price.

What is the track record of National Maritime Services Inc. in performing similar government contracts, particularly for law enforcement or maritime agencies?

Information regarding the specific track record of National Maritime Services Inc. in performing similar government contracts is not provided in the summary data. To assess their reliability and past performance, one would need to review their contract history, including past performance evaluations, any reported disputes or terminations, and the types and values of previous contracts they have held. Agencies often use past performance as a significant factor in the source selection process. A review of the Federal Awardee Performance and Integrity Information System (FAPIIS) or similar databases could provide insights into their history. Without this information, it is difficult to gauge their experience and success rate with government procurements, especially those involving sensitive law enforcement operations.

What is the potential risk associated with the 'Other Warehousing and Storage' classification for a contract involving 'vessel services'?

The classification of 'Other Warehousing and Storage' (NAICS 493190) for a contract involving 'vessel services' presents a potential mismatch or a broad interpretation of the code. While warehousing can encompass storage, vessel services often involve more dynamic activities like maintenance, repair, operation, and transportation, which might fall under different NAICS codes (e.g., related to repair and maintenance, transportation services, or shipbuilding/repair). This broad classification could indicate that the primary function is storage and related support, but it might also obscure the full scope of specialized maritime operations. The risk lies in whether this classification accurately reflects the complexity and specialized nature of the services, potentially impacting how the contract is understood, managed, and benchmarked against industry standards.

Industry Classification

NAICS: Transportation and WarehousingWarehousing and StorageOther Warehousing and Storage

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 15M50021RA4400013

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1915 SW 21ST AVE, FORT LAUDERDALE, FL, 33312

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $9,680,901

Exercised Options: $9,680,901

Current Obligation: $9,680,901

Actual Outlays: $9,611,922

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NOT OBTAINED - WAIVED

Parent Contract

Parent Award PIID: 15M50021DA4400052

IDV Type: IDC

Timeline

Start Date: 2024-09-24

Current End Date: 2025-09-23

Potential End Date: 2025-09-23 00:00:00

Last Modified: 2026-01-21

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending