Coast Guard awards $7.3M contract for oil spill response services to Cliff Berry, Inc
Contract Overview
Contract Amount: $7,326 ($7.3K)
Contractor: Cliff Berry, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2025-11-12
End Date: 2026-01-12
Contract Duration: 61 days
Daily Burn Rate: $120/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: UCGPM26007 PROVIDE LABOR, MATERIALS AND EQUIPMENT TO MITIGATE THE HARMFUL AFFECT OF OIL SPILL OR HAZARDOUS CHEMICAL INCIDENT, AS DIRECTED BY THE FEDERAL ON SCENE COORDINATOR REPRESENTATIVE.
Place of Performance
Location: FORT LAUDERDALE, BROWARD County, FLORIDA, 33316
State: Florida Government Spending
Plain-Language Summary
Department of Homeland Security obligated $7,326 to CLIFF BERRY, INC. for work described as: UCGPM26007 PROVIDE LABOR, MATERIALS AND EQUIPMENT TO MITIGATE THE HARMFUL AFFECT OF OIL SPILL OR HAZARDOUS CHEMICAL INCIDENT, AS DIRECTED BY THE FEDERAL ON SCENE COORDINATOR REPRESENTATIVE. Key points: 1. Contract awarded for critical oil spill and hazardous chemical incident response. 2. Sole-source award raises questions about competition and potential cost savings. 3. Focus on Florida highlights regional environmental protection needs. 4. Short duration suggests a specific, immediate need for services.
Value Assessment
Rating: questionable
The contract is a delivery order under an unspecified basic contract. Without knowing the terms of the basic contract or comparable remediation services, it's difficult to assess pricing effectiveness. The Time and Materials pricing structure can lead to cost overruns if not closely managed.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
The contract was not competed, indicating a sole-source award. This limits price discovery and may result in higher costs for taxpayers compared to a competitive process. The rationale for the sole-source award is not provided.
Taxpayer Impact: The lack of competition for this essential service may lead to a higher taxpayer burden due to potentially inflated pricing.
Public Impact
Ensures rapid response to environmental disasters like oil spills. Protects sensitive coastal ecosystems in Florida. Provides critical support for the U.S. Coast Guard's mission.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award
- Time and Materials pricing
- Lack of competition justification
Positive Signals
- Essential service provision
- Geographic focus on Florida
Sector Analysis
This contract falls under remediation services, crucial for environmental protection and disaster response. Spending in this sector can vary significantly based on the frequency and severity of incidents, but consistent funding is necessary for preparedness.
Small Business Impact
No information is available regarding small business participation in this contract. Sole-source awards often bypass opportunities for small businesses to compete.
Oversight & Accountability
Oversight will be critical to ensure the effective and efficient use of funds, particularly given the sole-source nature and Time and Materials pricing. The Federal On-Scene Coordinator Representative's role is key to managing performance and costs.
Related Government Programs
- Remediation Services
- Department of Homeland Security Contracting
- U.S. Coast Guard Programs
Risk Flags
- Lack of competition
- Potential for cost overruns
- Limited transparency
- No clear value assessment
Tags
remediation-services, department-of-homeland-security, fl, delivery-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $7,326 to CLIFF BERRY, INC.. UCGPM26007 PROVIDE LABOR, MATERIALS AND EQUIPMENT TO MITIGATE THE HARMFUL AFFECT OF OIL SPILL OR HAZARDOUS CHEMICAL INCIDENT, AS DIRECTED BY THE FEDERAL ON SCENE COORDINATOR REPRESENTATIVE.
Who is the contractor on this award?
The obligated recipient is CLIFF BERRY, 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 $7,326.
What is the period of performance?
Start: 2025-11-12. End: 2026-01-12.
What is the justification for the sole-source award, and were any efforts made to explore competitive options?
The provided data indicates a sole-source award with no indication of competition. Understanding the specific circumstances, such as an emergency or unique capability, is crucial. Agencies should document why full and open competition was not feasible to ensure taxpayer funds are used responsibly and to identify potential future competitive opportunities.
How does the Time and Materials pricing structure compare to industry benchmarks for similar oil spill remediation services?
Time and Materials (T&M) contracts can be risky without strong oversight, as costs are directly tied to labor hours and material expenses. Benchmarking T&M rates against industry standards for specialized remediation services is essential. Without this, it's difficult to ascertain if the government is receiving fair value, especially in a sole-source scenario.
What performance metrics and reporting requirements are in place to ensure the effectiveness of the remediation services provided?
Effective oversight requires clear performance metrics and regular reporting. For oil spill response, this could include response time, containment effectiveness, cleanup completion rates, and environmental impact mitigation. The Federal On-Scene Coordinator Representative must actively monitor these to ensure the contractor meets all contractual obligations and achieves desired outcomes.
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: 851 ELLER DR, FORT LAUDERDALE, FL, 33316
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $7,326
Exercised Options: $7,326
Current Obligation: $7,326
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70Z08425GMIAM0003
IDV Type: BOA
Timeline
Start Date: 2025-11-12
Current End Date: 2026-01-12
Potential End Date: 2026-01-12 07:28:13
Last Modified: 2026-04-06
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)