DHS Coast Guard Awards $4.2M Task Order to Pole Star for Navigational Services
Contract Overview
Contract Amount: $4,221,420 ($4.2M)
Contractor: Pole Star Space Applications USA Inc
Awarding Agency: Department of Homeland Security
Start Date: 2026-03-01
End Date: 2026-07-29
Contract Duration: 150 days
Daily Burn Rate: $28.1K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: TASK ORDER SUPPORTING IDIQ TASKS 1, 2, 3, 4AA, 5, AND 6 UNDER THE POLE STAR IDIQ.
Place of Performance
Location: SAINT PETERSBURG, PINELLAS County, FLORIDA, 33701
State: Florida Government Spending
Plain-Language Summary
Department of Homeland Security obligated $4.2 million to POLE STAR SPACE APPLICATIONS USA INC for work described as: TASK ORDER SUPPORTING IDIQ TASKS 1, 2, 3, 4AA, 5, AND 6 UNDER THE POLE STAR IDIQ. Key points: 1. The task order supports multiple IDIQ tasks, indicating a broad scope of work. 2. Awarded to Pole Star Space Applications USA Inc., a single vendor. 3. The contract is for navigational services, crucial for maritime safety and efficiency. 4. The fixed price contract aims to control costs for the 150-day duration.
Value Assessment
Rating: fair
The award amount of $4.2M for a 150-day period appears reasonable for specialized navigational services. Benchmarking against similar task orders under the POLE STAR IDIQ would provide a clearer assessment of value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This task order was not competed, suggesting a sole-source award. This limits price discovery and potentially reduces competitive pressure, which could impact overall cost-effectiveness.
Taxpayer Impact: Without competition, taxpayers may not be receiving the best possible price for these essential navigational services.
Public Impact
Ensures continued navigational support for U.S. Coast Guard operations. Supports maritime safety and efficiency for shipping in U.S. waters. Potential for increased costs due to lack of competitive bidding.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Sole-source award
Positive Signals
- Firm fixed price contract
- Clear end date
Sector Analysis
The IT and professional services sector, particularly for specialized applications like navigational systems, often involves complex requirements. Benchmarks for similar task orders under large IDIQs are essential for evaluating value.
Small Business Impact
The data indicates that small business participation was not a factor in this specific award, as the 'ss' and 'sb' fields are false. Further analysis would be needed to understand the overall small business utilization under the parent IDIQ.
Oversight & Accountability
The award is a delivery order under an existing IDIQ, suggesting some level of pre-award oversight. However, the lack of competition for this specific task order warrants scrutiny regarding the justification for a sole-source award.
Related Government Programs
- Navigational Services to Shipping
- Department of Homeland Security Contracting
- U.S. Coast Guard Programs
Risk Flags
- Lack of competition
- Sole-source award
- Potential for overpayment
- Limited vendor options
Tags
navigational-services-to-shipping, department-of-homeland-security, fl, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $4.2 million to POLE STAR SPACE APPLICATIONS USA INC. TASK ORDER SUPPORTING IDIQ TASKS 1, 2, 3, 4AA, 5, AND 6 UNDER THE POLE STAR IDIQ.
Who is the contractor on this award?
The obligated recipient is POLE STAR SPACE APPLICATIONS USA 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 $4.2 million.
What is the period of performance?
Start: 2026-03-01. End: 2026-07-29.
What was the justification for not competing this task order, given the potential for cost savings through competition?
The justification for not competing this task order is not provided in the data. Typically, sole-source awards are made when only one vendor possesses the necessary specialized capabilities, or in urgent situations. Without this information, it's difficult to assess if the government received fair value or if competitive alternatives were adequately explored.
What is the risk associated with a sole-source award for critical navigational services?
The primary risk of a sole-source award for critical navigational services is the potential for inflated costs due to the absence of competitive pressure. Additionally, it limits the government's ability to leverage innovation and potentially better solutions from other qualified vendors. This could also lead to vendor lock-in and reduced flexibility in future procurements.
How effective is the firm fixed price contract in managing costs for this navigational services task order?
A firm fixed price contract is generally effective in controlling costs as it shifts the risk of cost overruns to the contractor. For this task order, it provides cost certainty for the government. However, the overall effectiveness in achieving the best value is diminished by the lack of competition, which could have led to a lower initial price.
Industry Classification
NAICS: Transportation and Warehousing › Support Activities for Water Transportation › Navigational Services to Shipping
Product/Service Code: IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Prime PS Topco Limited
Address: 450 8TH AVE SE, SAINT PETERSBURG, FL, 33701
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Not Designated a Small Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $4,221,420
Exercised Options: $4,221,420
Current Obligation: $4,221,420
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70Z02325D76100001
IDV Type: IDC
Timeline
Start Date: 2026-03-01
Current End Date: 2026-07-29
Potential End Date: 2026-07-29 11:59:59
Last Modified: 2026-01-21
More Contracts from Pole Star Space Applications USA Inc
- Delivery Order for Lrit Services, Issued OFF Idiq Ordering Period Four — $9.2M (Department of Homeland Security)
View all Pole Star Space Applications USA Inc federal contracts →
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)