Coast Guard awards $11.2M contract for oil spill response services to Redwood Shore Diving, Inc
Contract Overview
Contract Amount: $11,211 ($11.2K)
Contractor: Redwood Shore Diving, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2026-02-24
End Date: 2026-04-23
Contract Duration: 58 days
Daily Burn Rate: $193/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: FPN UCGPA26014 PROVIDE LABOR, MATERIALS, AND EQUIPMENT TO MITIGATE THE HARMFUL EFFECTS OF AN OIL SPILL OR HAZARDOUS CHEMICALS INCIDENT AS DIRECTED BY THE FOSC.
Place of Performance
Location: BRISBANE, SAN MATEO County, CALIFORNIA, 94005
Plain-Language Summary
Department of Homeland Security obligated $11,211.4 to REDWOOD SHORE DIVING, INC. for work described as: FPN UCGPA26014 PROVIDE LABOR, MATERIALS, AND EQUIPMENT TO MITIGATE THE HARMFUL EFFECTS OF AN OIL SPILL OR HAZARDOUS CHEMICALS INCIDENT AS DIRECTED BY THE FOSC. Key points: 1. Contract focuses on critical environmental protection services for oil and hazardous chemical incidents. 2. Sole-source award raises questions about potential cost efficiencies and market alternatives. 3. Short performance period suggests a need for rapid response capabilities. 4. Geographic focus on California indicates a specific regional environmental risk. 5. Contract type is Time and Materials, which can lead to cost overruns if not closely managed.
Value Assessment
Rating: questionable
The contract value of $11.2 million for a two-month period appears high, especially given the Time and Materials pricing structure. Without comparable sole-source contracts for similar rapid-response environmental remediation services, it is difficult to benchmark the value effectively. The lack of competition inherently limits the government's ability to ensure the most competitive pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one vendor, Redwood Shore Diving, Inc., was considered. This approach bypasses the standard competitive bidding process, which typically solicits offers from multiple qualified companies. The absence of competition means the government did not explore potential cost savings or service enhancements that might have been available from other providers.
Taxpayer Impact: Sole-source awards can result in higher costs for taxpayers as there is no competitive pressure to drive down prices. This limits the government's leverage in negotiating favorable terms and pricing.
Public Impact
The primary beneficiaries are the U.S. Coast Guard and the environment in California, which will receive rapid response services in the event of oil spills or hazardous chemical incidents. Services delivered include labor, materials, and equipment necessary for mitigating the harmful effects of such incidents. The geographic impact is concentrated in California, a region with significant coastal and environmental sensitivities. Workforce implications are likely to involve specialized personnel from Redwood Shore Diving, Inc., potentially requiring rapid mobilization.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price discovery and potential cost savings.
- Time and Materials contract type carries inherent risk of cost escalation without strict oversight.
- Short duration may indicate a reactive, rather than proactive, approach to preparedness.
- Lack of public information on contractor's past performance in similar large-scale incidents.
Positive Signals
- Addresses critical environmental protection needs for oil spill and hazardous chemical incidents.
- Focuses on a specific geographic area (California) with known environmental risks.
- Contract is awarded to a single entity, potentially allowing for streamlined communication and rapid deployment.
Sector Analysis
The oil spill and hazardous chemical response sector is a specialized niche within environmental services. Companies in this field require specific equipment, trained personnel, and rapid deployment capabilities. The market size for such emergency response services is driven by regulatory requirements and the inherent risks associated with maritime transport and industrial activities. This contract fits within the broader environmental remediation and emergency response services category.
Small Business Impact
This contract was not awarded to a small business, nor does it appear to have specific small business set-aside provisions. There is no indication of subcontracting requirements for small businesses within the provided data. The impact on the small business ecosystem is likely minimal for this specific award, as it was a sole-source procurement.
Oversight & Accountability
Oversight for this contract would primarily fall under the U.S. Coast Guard's contracting and program management offices. Accountability measures would be tied to the delivery order's performance requirements and the terms of the Time and Materials contract. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Environmental Remediation Services
- Emergency Response Contracts
- Oil Spill Prevention and Response
- Hazardous Materials Management
Risk Flags
- Sole-source award may limit cost-effectiveness.
- Time and Materials pricing structure poses cost overrun risk.
- Lack of competitive bidding reduces transparency.
- Short performance period requires rapid and efficient execution.
Tags
environmental-services, oil-spill-response, hazardous-materials, homeland-security, coast-guard, california, sole-source, time-and-materials, delivery-order, emergency-response, remediation-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $11,211.4 to REDWOOD SHORE DIVING, INC.. FPN UCGPA26014 PROVIDE LABOR, MATERIALS, AND EQUIPMENT TO MITIGATE THE HARMFUL EFFECTS OF AN OIL SPILL OR HAZARDOUS CHEMICALS INCIDENT AS DIRECTED BY THE FOSC.
Who is the contractor on this award?
The obligated recipient is REDWOOD SHORE DIVING, INC..
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 $11,211.4.
What is the period of performance?
Start: 2026-02-24. End: 2026-04-23.
What is the track record of Redwood Shore Diving, Inc. in handling large-scale oil spills or hazardous chemical incidents?
The provided data does not include specific details on Redwood Shore Diving, Inc.'s track record for large-scale incidents. As this was a sole-source award, the U.S. Coast Guard likely conducted some level of pre-award vetting. However, without public access to performance reports or a competitive bidding process that would typically involve past performance evaluations, it is difficult to independently assess their capabilities and historical success rates in managing complex environmental emergencies. Further investigation into contract performance databases or agency records would be necessary to fully understand their experience.
How does the pricing structure (Time and Materials) compare to fixed-price contracts for similar environmental response services?
Time and Materials (T&M) contracts, like this one, offer flexibility by reimbursing the contractor for actual labor hours and material costs, plus a fixed fee or overhead. This can be advantageous for unpredictable scopes of work. However, T&M contracts carry a higher risk of cost overruns for the government compared to fixed-price contracts, as the final cost is not predetermined. For well-defined services, fixed-price contracts generally provide better cost certainty and incentivize contractor efficiency. The suitability of T&M here depends on the inherent unpredictability of oil spill response, but it necessitates rigorous oversight to control costs.
What is the typical duration and value of similar oil spill response contracts awarded by the U.S. Coast Guard or other agencies?
The provided data indicates a short duration (approximately two months) and a value of $11.2 million for this specific delivery order. Without access to a broader database of comparable contracts, it's challenging to establish a precise benchmark. However, emergency response contracts, especially those involving specialized equipment and rapid mobilization for environmental incidents, can vary significantly in duration and cost. Short-term, high-value awards are common for immediate response needs, while longer-term contracts might cover preparedness, training, or ongoing monitoring. A more comprehensive analysis would require comparing this award against other recent, similar procurements.
What specific environmental risks in California necessitate this type of sole-source, rapid-response contract?
California's extensive coastline, significant maritime traffic (including oil tankers and cargo ships), and proximity to offshore oil platforms present inherent risks of oil spills and hazardous chemical incidents. The state also has sensitive marine ecosystems, such as kelp forests and diverse wildlife, that are particularly vulnerable to pollution. The need for a rapid-response capability, as indicated by the short contract duration and the nature of the services, suggests the U.S. Coast Guard has identified specific, potentially recurring, or high-consequence environmental threats in the region that require immediate mitigation services.
Are there any established performance metrics or service level agreements associated with this contract?
The provided data does not explicitly detail performance metrics or service level agreements (SLAs) for this contract. However, as a Time and Materials contract for environmental remediation, performance would likely be measured against the successful mitigation of the harmful effects of an oil spill or hazardous chemical incident, as directed by the Federal On-Scene Coordinator (FOSC). Key performance indicators might include response time, containment effectiveness, cleanup completion, and adherence to environmental regulations. The specific metrics and oversight procedures would be defined in the contract's statement of work and delivery order terms.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Remediation and Other Waste Management Services › Remediation Services
Product/Service Code: NATURAL RESOURCES MANAGEMENT › ENVIRONMENTAL SYSTEMS PROTECTION
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 2350 MARINSHIP WAY STE A5, SAUSALITO, CA, 94965
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $11,211
Exercised Options: $11,211
Current Obligation: $11,211
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 70Z08425GALAM0002
IDV Type: BOA
Timeline
Start Date: 2026-02-24
Current End Date: 2026-04-23
Potential End Date: 2026-04-23 06:26:50
Last Modified: 2026-04-03
More Contracts from Redwood Shore Diving, Inc.
- FPN Ucgpa26015 Provide Labor, Materials, and Equipment to Mitigate the Harmful Effects of an OIL Spill or Hazardous Chemicals Incident AS Directed by the Fosc — $15.4K (Department of Homeland Security)
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)