Coast Guard Awards $2.19M for Logistics Support to Claxton Logistics Services LLC
Contract Overview
Contract Amount: $2,189,312 ($2.2M)
Contractor: Claxton Logistics Services LLC
Awarding Agency: Department of Homeland Security
Start Date: 2021-04-13
End Date: 2026-03-28
Contract Duration: 1,810 days
Daily Burn Rate: $1.2K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PURPOSE OF THIS AWARD IS TO OBTAIN LOGISTICS ASSESSMENTS (ILA) AND LOGISTICS READINESS REVIEWS (LRR)SUPPORT FOR USCG CG44 DIVISION & USCG PROGRAM PARTNERS,CGLIMS,140SLEP,POLARSTAR(PSC), POLARSTAR SLEP.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20593
Plain-Language Summary
Department of Homeland Security obligated $2.2 million to CLAXTON LOGISTICS SERVICES LLC for work described as: PURPOSE OF THIS AWARD IS TO OBTAIN LOGISTICS ASSESSMENTS (ILA) AND LOGISTICS READINESS REVIEWS (LRR)SUPPORT FOR USCG CG44 DIVISION & USCG PROGRAM PARTNERS,CGLIMS,140SLEP,POLARSTAR(PSC), POLARSTAR SLEP. Key points: 1. The contract focuses on crucial logistics assessments and readiness reviews for USCG programs. 2. Claxton Logistics Services LLC is the sole awardee, indicating a lack of broader competition. 3. The fixed-price contract type aims to control costs for logistics support services. 4. This award falls under professional, scientific, and technical services, specifically logistics consulting.
Value Assessment
Rating: fair
Pricing is not explicitly benchmarked against similar contracts in the provided data. The firm fixed-price structure suggests an attempt to manage costs, but without comparative data, a definitive assessment of value is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
The contract was not available for competition, suggesting a sole-source award. This limits price discovery and potentially reduces the incentive for the contractor to offer the most competitive pricing.
Taxpayer Impact: Taxpayer funds are committed without the benefit of competitive bidding, which could lead to a higher overall cost than if multiple vendors had competed.
Public Impact
Ensures critical logistics readiness for USCG assets and programs. Supports the operational effectiveness of the Coast Guard through expert analysis. Potential for cost savings through optimized logistics planning and execution.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and price discovery.
- Lack of public benchmark data for pricing assessment.
Positive Signals
- Firm fixed-price contract type helps control costs.
- Focus on essential logistics support for a key agency.
Sector Analysis
This award falls within the professional, scientific, and technical services sector, specifically focusing on logistics consulting. Spending in this area is critical for government operational efficiency, but often lacks transparent benchmarks for individual contract awards.
Small Business Impact
The awardee is not identified as a small business, and the contract was not set aside for small business participation. This suggests that larger, established firms are likely serving this specific logistics support need.
Oversight & Accountability
The contract is a definitive contract with a defined period of performance, allowing for oversight of deliverables and contractor performance. However, the sole-source nature warrants scrutiny to ensure fair pricing and effective service delivery.
Related Government Programs
- Process, Physical Distribution, and Logistics Consulting Services
- Department of Homeland Security Contracting
- U.S. Coast Guard Programs
Risk Flags
- Lack of competition
- Potential for overpayment due to sole-source award
- Limited transparency on pricing benchmarks
- Contract duration extends over multiple fiscal years
Tags
process-physical-distribution-and-logist, department-of-homeland-security, dc, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $2.2 million to CLAXTON LOGISTICS SERVICES LLC. PURPOSE OF THIS AWARD IS TO OBTAIN LOGISTICS ASSESSMENTS (ILA) AND LOGISTICS READINESS REVIEWS (LRR)SUPPORT FOR USCG CG44 DIVISION & USCG PROGRAM PARTNERS,CGLIMS,140SLEP,POLARSTAR(PSC), POLARSTAR SLEP.
Who is the contractor on this award?
The obligated recipient is CLAXTON LOGISTICS SERVICES LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Coast Guard).
What is the total obligated amount?
The obligated amount is $2.2 million.
What is the period of performance?
Start: 2021-04-13. End: 2026-03-28.
What is the justification for the sole-source award, and were alternative competitive strategies considered?
The provided data states the contract was 'NOT AVAILABLE FOR COMPETITION,' implying a sole-source justification. Without further details, it's unclear if alternative competitive strategies were explored or if specific circumstances necessitated a sole-source award. Understanding this justification is key to assessing the necessity and potential impact on taxpayer value.
How does the pricing of this contract compare to industry benchmarks for similar logistics assessment services?
The data does not provide specific pricing benchmarks for this contract. A comprehensive value assessment would require comparing the per-unit costs or overall contract value against publicly available data for similar services provided to other government agencies or in the private sector. This comparison is crucial for determining if the $2.19 million is a fair price.
What are the key performance indicators (KPIs) for the logistics assessments and readiness reviews, and how will their effectiveness be measured?
The effectiveness of the logistics assessments and readiness reviews will depend on the specific KPIs defined within the contract. These should include measurable outcomes related to improved operational readiness, cost efficiencies, and risk mitigation. The USCG's oversight will be critical in ensuring these reviews lead to tangible improvements.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Process, Physical Distribution, and Logistics Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 70Z02320QAPC02700
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 400 CORPORATE DRIVE SUITE 201, STAFFORD, VA, 22554
Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Limited Liability Corporation, Minority Owned Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $3,546,962
Exercised Options: $3,152,191
Current Obligation: $2,189,312
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2021-04-13
Current End Date: 2026-03-28
Potential End Date: 2026-03-28 12:00:00
Last Modified: 2026-03-31
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)