Department of Transportation awards $7.87M for FY24 operations, highlighting deep sea freight needs

Contract Overview

Contract Amount: $7,869,547 ($7.9M)

Contractor: Crowley Government Services, Inc.

Awarding Agency: Department of Transportation

Start Date: 2023-12-13

End Date: 2024-05-31

Contract Duration: 170 days

Daily Burn Rate: $46.3K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: COST NO FEE

Sector: Transportation

Official Description: CAPE WRATH FY24 OPER OTHER REIMBURSABLE CGS-WRA24-2013A TASK ORDER ISSUED TO OBLIGATE FUNDING FOR WRATH FY24 OPERATIONS OTHER REIMBURSABLES.

Place of Performance

Location: BALTIMORE, BALTIMORE CITY County, MARYLAND, 21230

State: Maryland Government Spending

Plain-Language Summary

Department of Transportation obligated $7.9 million to CROWLEY GOVERNMENT SERVICES, INC. for work described as: CAPE WRATH FY24 OPER OTHER REIMBURSABLE CGS-WRA24-2013A TASK ORDER ISSUED TO OBLIGATE FUNDING FOR WRATH FY24 OPERATIONS OTHER REIMBURSABLES. Key points: 1. Contract value appears reasonable given the operational scope and duration. 2. Full and open competition suggests a healthy market for these services. 3. No specific risk indicators are immediately apparent from the provided data. 4. Performance context is limited to operational support for FY24. 5. This contract falls within the transportation and logistics sector.

Value Assessment

Rating: good

The contract value of approximately $7.87 million for a duration of roughly 5.5 months appears to be within a reasonable range for specialized maritime operations. Benchmarking against similar deep sea freight transportation contracts would provide a more precise value-for-money assessment. However, the absence of significant cost overruns or extensive modifications in the initial data suggests a well-defined scope and potentially competitive pricing.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. This process is generally expected to yield competitive pricing and ensure the government receives the best value. The specific number of bidders is not provided, but the method of competition suggests a robust market for these services.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it drives down costs through market forces, ensuring that federal funds are used efficiently.

Public Impact

The primary beneficiaries are likely the Department of Transportation and potentially other federal agencies requiring deep sea freight services. The services delivered are operational support for FY24, crucial for maintaining maritime capabilities. The geographic impact is likely focused on operational areas related to deep sea freight routes. Workforce implications may include specialized maritime personnel and logistics support staff.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Positive Signals

Sector Analysis

This contract operates within the broader transportation and logistics sector, specifically focusing on deep sea freight. This sector is critical for global commerce and national security, involving complex logistical challenges and specialized assets. The market size for such services can be substantial, driven by both commercial and governmental needs. Comparable spending benchmarks would typically involve other government contracts for similar maritime operational support or chartering of specialized vessels.

Small Business Impact

The provided data indicates that small business participation (sb) was not a specific set-aside for this contract (ss: false, sb: false). Therefore, the direct impact on small businesses through set-asides is minimal. However, the prime contractor, Crowley Government Services, Inc., may engage small businesses as subcontractors, contributing indirectly to the small business ecosystem. Further analysis of subcontracting plans would be needed to fully assess this impact.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Transportation's internal review processes and potentially the Maritime Administration's program management. Accountability measures are inherent in the contract's performance requirements and delivery schedules. Transparency is facilitated by the public nature of federal contract awards, though detailed operational specifics might be sensitive. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

transportation, maritime-administration, department-of-transportation, deep-sea-freight-transportation, full-and-open-competition, cost-plus-fixed-fee, delivery-order, maryland, fy24, operational-support

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $7.9 million to CROWLEY GOVERNMENT SERVICES, INC.. CAPE WRATH FY24 OPER OTHER REIMBURSABLE CGS-WRA24-2013A TASK ORDER ISSUED TO OBLIGATE FUNDING FOR WRATH FY24 OPERATIONS OTHER REIMBURSABLES.

Who is the contractor on this award?

The obligated recipient is CROWLEY GOVERNMENT SERVICES, INC..

Which agency awarded this contract?

Awarding agency: Department of Transportation (Maritime Administration).

What is the total obligated amount?

The obligated amount is $7.9 million.

What is the period of performance?

Start: 2023-12-13. End: 2024-05-31.

What is the historical spending pattern for similar deep sea freight transportation services by the Department of Transportation?

Analyzing historical spending for similar deep sea freight transportation services by the Department of Transportation requires access to comprehensive federal procurement databases. Typically, such contracts are awarded periodically based on operational needs, such as troop movements, equipment transport, or strategic sealift requirements. Spending can fluctuate year-to-year depending on geopolitical events, defense readiness levels, and specific agency missions. For instance, during periods of increased global tension or humanitarian aid efforts, spending on these services might see a significant uptick. Conversely, in more stable periods, spending might be more predictable and focused on routine operational support. Without specific historical data for this exact service category, it's difficult to provide precise figures, but trends often reflect broader national security and economic priorities.

How does the awarded amount compare to the estimated value or ceiling of the contract?

The provided data indicates an obligated amount of $7,869,547.06 for this task order. However, the schema does not include information on the contract's estimated value or ceiling. Task orders are typically issued against a larger indefinite-delivery/indefinite-quantity (IDIQ) contract or a basic ordering agreement, which would have an overall ceiling. The obligated amount represents the funds committed for the specific work defined in this task order. To compare the awarded amount to the contract's ceiling, one would need to access the parent contract documentation. If this task order represents a significant portion of a larger contract's potential value, it might suggest a substantial requirement. Conversely, if it's a smaller portion, it indicates flexibility within the parent contract for future task orders.

What are the key performance indicators (KPIs) for this contract, and how is performance being measured?

The provided data for this contract does not explicitly detail the key performance indicators (KPIs) or the specific methods for performance measurement. Typically, for operational support contracts like this, KPIs would focus on aspects such as on-time delivery of cargo, vessel operational readiness, adherence to safety and environmental regulations, fuel efficiency, and crew performance. Performance measurement would likely involve regular reporting from the contractor, inspections, and potentially third-party assessments. The contract type ('COST NO FEE') suggests that the primary focus is on the successful execution of the operational requirements rather than profit margins, implying that performance against defined operational goals is paramount for successful contract completion and future considerations.

What is the track record of Crowley Government Services, Inc. in performing similar maritime operational contracts?

Crowley Government Services, Inc. has a substantial track record in providing logistics, transportation, and maritime services to government agencies. They are known for operating a diverse fleet and offering a wide range of solutions, including vessel chartering, cargo transportation, and base support services. Their experience often includes supporting military deployments, humanitarian aid missions, and other government operational requirements. Past performance evaluations, typically available through federal procurement data systems, would offer specific insights into their reliability, quality of service, and adherence to contract terms on similar projects. Generally, their extensive presence in the government contracting space suggests a capability to handle complex maritime operations.

Are there any potential risks associated with the 'Deep Sea Freight Transportation' service category?

Yes, there are several potential risks associated with the 'Deep Sea Freight Transportation' service category. These include geopolitical risks (e.g., conflicts, piracy, trade embargoes affecting shipping lanes), economic risks (e.g., fluctuating fuel prices, global demand shifts impacting shipping volumes), environmental risks (e.g., severe weather, oil spills, regulatory changes), operational risks (e.g., vessel mechanical failures, cargo damage, port congestion), and security risks (e.g., cyber threats to navigation systems, physical security of cargo). For government contracts, there's also the risk of scope creep, cost overruns if not managed tightly, and potential delays impacting critical mission timelines. The 'COST NO FEE' contract type, while aiming to control costs, can introduce risks if the contractor does not adequately manage their expenses.

Industry Classification

NAICS: Transportation and WarehousingDeep Sea, Coastal, and Great Lakes Water TransportationDeep Sea Freight Transportation

Product/Service Code: OPERATION OF GOVT OWNED FACILITYOPERATE GOVT OWNED BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: COST NO FEE (S)

Evaluated Preference: NONE

Contractor Details

Address: 9487 REGENCY SQUARE BLVD, JACKSONVILLE, FL, 32225

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

Financial Breakdown

Contract Ceiling: $7,869,547

Exercised Options: $7,869,547

Current Obligation: $7,869,547

Actual Outlays: $7,869,547

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: DTMA98D16003

IDV Type: IDC

Timeline

Start Date: 2023-12-13

Current End Date: 2024-05-31

Potential End Date: 2024-05-31 00:00:00

Last Modified: 2026-02-17

More Contracts from Crowley Government Services, Inc.

View all Crowley Government Services, Inc. federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending