Coast Guard awards $38.2M purchase order for ship repair services to Integrated Procurement Technologies
Contract Overview
Contract Amount: $38,280 ($38.3K)
Contractor: Integrated Procurement Technologies
Awarding Agency: Department of Homeland Security
Start Date: 2026-02-27
End Date: 2026-12-15
Contract Duration: 291 days
Daily Burn Rate: $132/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 8
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: RO UNIT - CGC HAWK
Place of Performance
Location: GALVESTON, GALVESTON County, TEXAS, 77550
State: Texas Government Spending
Plain-Language Summary
Department of Homeland Security obligated $38,280 to INTEGRATED PROCUREMENT TECHNOLOGIES for work described as: RO UNIT - CGC HAWK Key points: 1. The contract was competed under SAP, suggesting a streamlined process for smaller procurements. 2. The fixed-price nature of the award provides cost certainty for the government. 3. The duration of the contract is 291 days, indicating a medium-term service requirement. 4. The award was made to Integrated Procurement Technologies, a contractor with a presence in Texas. 5. The North American Industry Classification System (NAICS) code 336611 points to shipbuilding and repairing. 6. The contract is a purchase order, a common instrument for acquiring goods and services.
Value Assessment
Rating: fair
Benchmarking the value of this specific purchase order is challenging without more detailed cost breakdowns or comparisons to similar, individually competed ship repair contracts. The fixed-price nature helps control costs, but the overall value proposition depends heavily on the scope and quality of the services rendered. Without data on the number of bids or the specific services required, it's difficult to definitively assess if the pricing is competitive or represents excellent value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under SAP (Simplified Acquisition Procedures), which typically involves a less formal solicitation process than full and open competition. While this can lead to faster awards, it may limit the pool of potential bidders compared to broader solicitations. The fact that there were 8 bids suggests some level of competition, but the extent to which this competition drove down prices or ensured the best value is not fully transparent without knowing the specific SAP procedures followed.
Taxpayer Impact: Competition under SAP can offer a balance between efficiency and price discovery. While not as broad as full and open competition, the 8 bids indicate that taxpayers likely benefited from some level of price negotiation and selection from multiple sources.
Public Impact
The U.S. Coast Guard will benefit from the ship repair services, ensuring operational readiness of its fleet. The services delivered will focus on maintaining and repairing vessels, critical for maritime security and safety. The geographic impact is centered in Texas, where the contractor is located, potentially supporting local jobs. The contract supports the maritime defense and security sector workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition under SAP may not always yield the absolute lowest price.
- Scope creep or unforeseen repair needs could increase costs beyond the initial purchase order value.
- Dependence on a single contractor for specific repair needs could pose a risk if performance issues arise.
Positive Signals
- The firm fixed-price contract provides cost certainty for the government.
- Multiple bids (8) indicate a degree of market interest and potential for competitive pricing.
- The award to a Texas-based company may support regional economic activity.
Sector Analysis
The shipbuilding and repairing sector (NAICS 336611) is a critical component of the U.S. industrial base, supporting both commercial and defense needs. Federal spending in this area often involves complex, high-value contracts for new construction, maintenance, and repair of vessels. Comparable spending benchmarks are difficult to establish for individual purchase orders, as contract values can vary significantly based on the specific vessel, type of repair, and urgency. This contract fits within the broader category of government support for maritime assets.
Small Business Impact
There is no explicit indication of a small business set-aside for this contract, and the 'sb' field is false. This suggests the contract was not specifically targeted towards small businesses. However, the prime contractor, Integrated Procurement Technologies, may itself be a small business, or it may engage small businesses as subcontractors. Further analysis would be needed to determine the subcontracting opportunities and the overall impact on the small business ecosystem.
Oversight & Accountability
As a purchase order issued by the Department of Homeland Security for the U.S. Coast Guard, this contract is subject to the oversight mechanisms of the agency. Standard procurement regulations and policies would apply. Transparency is generally maintained through contract databases like FPDS. Accountability would be managed through contract performance monitoring and the terms of the firm fixed-price agreement. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Shipbuilding and Repair
- U.S. Coast Guard Operations
- Department of Homeland Security Procurement
- Maritime Security Contracts
Risk Flags
- Potential for cost overruns due to unforeseen repair issues.
- Risk of quality compromise if contractor faces financial strain.
- Dependence on contractor performance for operational readiness.
- Limited transparency in competition under SAP compared to full and open.
Tags
ship-repair, purchase-order, firm-fixed-price, department-of-homeland-security, u.s.-coast-guard, texas, simplified-acquisition-procedures, ship-building-and-repairing, competed, medium-value
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $38,280 to INTEGRATED PROCUREMENT TECHNOLOGIES. RO UNIT - CGC HAWK
Who is the contractor on this award?
The obligated recipient is INTEGRATED PROCUREMENT TECHNOLOGIES.
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 $38,280.
What is the period of performance?
Start: 2026-02-27. End: 2026-12-15.
What is the track record of Integrated Procurement Technologies with the U.S. Coast Guard and Department of Homeland Security?
A comprehensive review of Integrated Procurement Technologies' track record with the U.S. Coast Guard and the broader Department of Homeland Security would require accessing detailed contract databases and performance reports. While this specific award is a purchase order valued at $38.2 million, understanding the contractor's history involves examining past awards, contract modifications, performance evaluations, and any instances of disputes or contract terminations. A positive history of timely delivery, quality work, and adherence to budget on previous contracts would indicate a lower risk for this current award. Conversely, a history of performance issues or cost overruns on similar maritime repair services could raise concerns about the reliability and value proposition of Integrated Procurement Technologies for this $38.2 million purchase order.
How does the $38.2 million value of this purchase order compare to typical ship repair contracts for the U.S. Coast Guard?
The $38.2 million value of this purchase order for ship repair services is a significant amount, suggesting a substantial scope of work. To benchmark this value, one would compare it against historical data for similar U.S. Coast Guard contracts, considering factors like the class of vessel being repaired, the complexity of the required services (e.g., hull maintenance, engine overhaul, system upgrades), and the duration of the repair period. If similar repair contracts for comparable vessels have historically ranged from $20 million to $50 million, then this $38.2 million award would fall within a typical range. However, if historical data shows that similar repairs are consistently awarded for substantially less, or if this contract covers an unusually broad scope for its duration, it might indicate a potential overvaluation or a highly competitive market driving up prices for specialized services.
What are the primary risks associated with a firm fixed-price purchase order for ship repair services?
The primary risks associated with a firm fixed-price purchase order for ship repair services revolve around the potential for unforeseen issues arising during the repair process. While the fixed price provides cost certainty for the government, the contractor bears the risk of cost overruns. If unexpected structural damage, equipment failures, or supply chain disruptions occur, the contractor may face financial losses, potentially leading to pressure to cut corners on quality or seek contract modifications. For the government, the risk lies in the contractor's ability to absorb these unforeseen costs without compromising the quality or timely completion of the repairs. Additionally, if the initial scope definition was inadequate, the fixed price might not cover all necessary work, leading to disputes or the need for additional, potentially costly, contract actions.
How effective is competition under Simplified Acquisition Procedures (SAP) in ensuring value for taxpayer money in ship repair contracts?
Competition under Simplified Acquisition Procedures (SAP) aims to balance efficiency with value for taxpayer money, but its effectiveness can vary. SAP is designed for procurements below certain thresholds, allowing for less formal processes and potentially faster awards. In the case of this $38.2 million purchase order, the fact that it was competed under SAP and received 8 bids suggests a degree of market engagement. However, SAP competition may not always attract the same breadth of highly specialized or large-capacity firms as full and open competition. The value achieved depends on how well the solicitation was structured to elicit competitive offers and the diligence of the contracting officers in evaluating those offers. While SAP can be efficient, taxpayers may not always realize the maximum cost savings achievable through broader, more rigorous competition.
What is the historical spending pattern for ship building and repairing (NAICS 336611) by the U.S. Coast Guard?
Historical spending patterns for ship building and repairing (NAICS 336611) by the U.S. Coast Guard reflect the agency's ongoing need to maintain, modernize, and expand its fleet. This spending is typically characterized by a mix of large, multi-year new construction programs and a steady stream of contracts for maintenance, repair, and overhaul services. The Coast Guard's operational requirements, driven by missions such as maritime law enforcement, search and rescue, and national security, necessitate significant investment in its vessels. Spending can fluctuate based on major acquisition programs, the aging of the fleet, and budgetary allocations. Analyzing historical data would reveal trends in contract values, types of services procured, and the primary contractors involved in supporting the Coast Guard's diverse maritime assets.
Industry Classification
NAICS: Manufacturing › Ship and Boat Building › Ship Building and Repairing
Product/Service Code: SHIP AND MARINE EQUIPMENT
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 8
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1025 S BROWN SCHOOL RD, VANDALIA, OH, 45377
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $38,280
Exercised Options: $38,280
Current Obligation: $38,280
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-02-27
Current End Date: 2026-12-15
Potential End Date: 2026-12-30 00:00:00
Last Modified: 2026-04-01
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)