Moving services for USMMA renovation awarded via purchase order at $682,450.90

Contract Overview

Contract Amount: $68,245 ($68.2K)

Contractor: Crs-Corporate Relocation Systems, Inc

Awarding Agency: Department of Transportation

Start Date: 2025-09-28

End Date: 2026-04-24

Contract Duration: 208 days

Daily Burn Rate: $328/day

Competition Type: NOT COMPETED UNDER SAP

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: MOVING SERVICE TO REMOVE, TRANSPORT, STORE, AND RETURN OFFICE CONTENTS DURING GENERAL CONSTRUCTION RENOVATION IN FULTON HALL, THE UNITED STATES MERCHANT MARINE ACADEMY (USMMA), KINGS POINT, NEW YORK.

Place of Performance

Location: GREAT NECK, NASSAU County, NEW YORK, 11024

State: New York Government Spending

Plain-Language Summary

Department of Transportation obligated $68,245.09 to CRS-CORPORATE RELOCATION SYSTEMS, INC for work described as: MOVING SERVICE TO REMOVE, TRANSPORT, STORE, AND RETURN OFFICE CONTENTS DURING GENERAL CONSTRUCTION RENOVATION IN FULTON HALL, THE UNITED STATES MERCHANT MARINE ACADEMY (USMMA), KINGS POINT, NEW YORK. Key points: 1. Value for money assessed against market rates for similar relocation services. 2. Competition dynamics indicate a sole-source award, potentially impacting price discovery. 3. Risk indicators include the sole-source nature and fixed-price contract type. 4. Performance context is a renovation project at a federal maritime academy. 5. Sector positioning is within government services and facilities management.

Value Assessment

Rating: fair

The contract value of $682,450.90 for moving, transporting, storing, and returning office contents appears within a reasonable range for a project of this scope and duration (208 days). However, without specific details on the volume of goods, distance, and storage requirements, a precise benchmark is difficult. The fixed-price nature of the contract shifts risk to the contractor, which can sometimes lead to higher initial pricing to account for unforeseen issues.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed under the Simplified Acquisition Procedures (SAP), indicating it was likely awarded on a sole-source basis. This means that only one vendor, CRS-Corporate Relocation Systems, Inc., was solicited or considered for this requirement. The lack of competition means there was no opportunity for multiple vendors to bid, potentially leading to a higher price than if a competitive process had been employed.

Taxpayer Impact: Taxpayers may not have received the most cost-effective solution due to the absence of competitive bidding. A sole-source award bypasses the price discovery mechanism inherent in open competition.

Public Impact

The United States Merchant Marine Academy (USMMA) at Kings Point, New York, will benefit from the renovation of Fulton Hall. Services include the physical relocation, temporary storage, and return of office contents, ensuring continuity of operations during construction. The geographic impact is localized to Kings Point, New York. Workforce implications are minimal for the federal workforce, as the service is contracted out.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pricing benefits.
  • Fixed-price contract may include contingency for contractor risk.
  • Scope of services needs detailed verification against actual needs.

Positive Signals

  • Contract awarded to a single vendor, potentially streamlining the award process.
  • Fixed-price contract provides cost certainty for the government.
  • Clear end date for services ensures project completion.

Sector Analysis

This contract falls within the government services sector, specifically focusing on facilities management and logistical support for federal agencies. The market for moving and relocation services is diverse, with many private sector providers. Government contracts for such services are typically awarded through competitive bidding, but sole-source awards can occur for specific circumstances or when only one vendor meets unique requirements. The value is moderate for a government service contract.

Small Business Impact

This contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses. The award to CRS-Corporate Relocation Systems, Inc., a single entity, does not directly benefit the small business ecosystem in this instance.

Oversight & Accountability

Oversight will be managed by the Department of Transportation's Maritime Administration. As a purchase order, it is subject to standard government procurement regulations and oversight. Transparency is limited due to the sole-source nature, but contract details should be available through federal procurement databases. Inspector General jurisdiction would apply if any fraud or mismanagement is suspected.

Related Government Programs

  • Federal Facilities Management Contracts
  • Government Relocation Services
  • Department of Transportation Procurement
  • USMMA Operations Support

Risk Flags

  • Sole-source award
  • Lack of competitive bidding

Tags

transportation, maritime-administration, new-york, purchase-order, facilities-management, sole-source, fixed-price, office-moving, renovation-support, usmma

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $68,245.09 to CRS-CORPORATE RELOCATION SYSTEMS, INC. MOVING SERVICE TO REMOVE, TRANSPORT, STORE, AND RETURN OFFICE CONTENTS DURING GENERAL CONSTRUCTION RENOVATION IN FULTON HALL, THE UNITED STATES MERCHANT MARINE ACADEMY (USMMA), KINGS POINT, NEW YORK.

Who is the contractor on this award?

The obligated recipient is CRS-CORPORATE RELOCATION SYSTEMS, INC.

Which agency awarded this contract?

Awarding agency: Department of Transportation (Maritime Administration).

What is the total obligated amount?

The obligated amount is $68,245.09.

What is the period of performance?

Start: 2025-09-28. End: 2026-04-24.

What is the track record of CRS-Corporate Relocation Systems, Inc. with federal contracts?

Information on CRS-Corporate Relocation Systems, Inc.'s federal contract history is not detailed in the provided data. A thorough review would involve searching federal procurement databases like SAM.gov or FPDS to identify past performance, contract values, agencies served, and any performance issues or awards. Understanding their experience with similar-sized projects and government requirements is crucial for assessing reliability and value.

How does the $682,450.90 price compare to similar federal moving contracts?

Benchmarking this contract's value requires comparison with similar federal moving and relocation contracts awarded over the past few years. Key comparison factors include the volume of goods moved, distance, storage duration, and the specific services provided (e.g., packing, unpacking, specialized equipment handling). Without these granular details, a direct comparison is challenging. However, the value appears moderate for a project supporting a federal institution's renovation.

What are the primary risks associated with this sole-source contract?

The primary risk associated with this sole-source contract is the potential for inflated pricing due to the lack of competition. Without competing bids, the government may not be securing the best possible price. Other risks include potential performance issues if the contractor lacks adequate experience or resources, although this is mitigated by the fixed-price nature which incentivizes contractor performance. Ensuring the scope of work precisely matches the need is also critical to avoid cost overruns or unmet requirements.

How effective is the fixed-price contract type for managing moving services?

A fixed-price contract type is generally effective for managing moving services when the scope of work is well-defined and unlikely to change significantly. It provides cost certainty for the government and incentivizes the contractor to perform efficiently to maximize profit. For a renovation project where the volume and nature of items to be moved are predictable, fixed-price is a suitable choice. It shifts the risk of cost overruns to the contractor, encouraging them to manage resources effectively.

What is the historical spending pattern for moving services at the USMMA?

Historical spending data for moving services specifically at the US Merchant Marine Academy (USMMA) is not provided. To assess historical patterns, one would need to analyze past contracts awarded by the Maritime Administration or USMMA for similar relocation or logistical support services. This would help determine if this $682,450.90 award is consistent with previous spending levels, or if it represents an increase or decrease, potentially due to project scope or market conditions.

What oversight mechanisms are in place for this purchase order?

Oversight for this purchase order will primarily be handled by the contracting officer and the program office within the Department of Transportation's Maritime Administration. They are responsible for monitoring contractor performance, ensuring compliance with contract terms, and approving payments. As a federal contract, it is also subject to broader government oversight regulations and potential review by the Government Accountability Office (GAO) or the Inspector General if performance issues or irregularities arise.

Industry Classification

NAICS: Transportation and WarehousingSpecialized Freight TruckingUsed Household and Office Goods Moving

Product/Service Code: TRANSPORT, TRAVEL, RELOCATIONTRANSPORTATION OF THINGS

Competition & Pricing

Extent Competed: NOT COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 7940 COOPER AVE, GLENDALE, NY, 11385

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

Financial Breakdown

Contract Ceiling: $68,245

Exercised Options: $68,245

Current Obligation: $68,245

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Timeline

Start Date: 2025-09-28

Current End Date: 2026-04-24

Potential End Date: 2026-04-24 00:00:00

Last Modified: 2026-04-07

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending