DHS Coast Guard Awards $298K for Nationwide Automatic Identification System to Marine Exchange of Alaska
Contract Overview
Contract Amount: $298,397 ($298.4K)
Contractor: Marine Exchange of Alaska, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2026-03-30
End Date: 2026-09-29
Contract Duration: 183 days
Daily Burn Rate: $1.6K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: NATIONWIDE AUTOMATIC IDENTIFICATION SYSTEM (NAIS TERRESTRIAL) POP 03/30/2026 - 03/29/2027
Place of Performance
Location: KEARNEYSVILLE, JEFFERSON County, WEST VIRGINIA, 25430
Plain-Language Summary
Department of Homeland Security obligated $298,396.8 to MARINE EXCHANGE OF ALASKA, INC. for work described as: NATIONWIDE AUTOMATIC IDENTIFICATION SYSTEM (NAIS TERRESTRIAL) POP 03/30/2026 - 03/29/2027 Key points: 1. The contract is for navigational services to shipping, a critical function for maritime safety. 2. The sole awardee, Marine Exchange of Alaska, Inc., suggests a potentially limited competition landscape. 3. The firm fixed-price contract type helps mitigate cost overruns. 4. The short duration of 183 days may indicate a need for ongoing or future procurements.
Value Assessment
Rating: fair
The award amount of $298,396.80 for a 183-day period appears reasonable for specialized navigational services. Benchmarking against similar contracts for AIS systems is difficult without more detailed scope information.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
The contract was not competed, indicating a sole-source award. This method limits price discovery and may not yield the best value for taxpayers.
Taxpayer Impact: The lack of competition raises concerns about whether taxpayers are receiving the most cost-effective solution for this essential service.
Public Impact
Ensures safe navigation for commercial and recreational vessels. Supports maritime domain awareness for the U.S. Coast Guard. Facilitates efficient shipping operations nationwide. Contributes to homeland security by monitoring vessel traffic.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Potential for higher costs due to sole-source award
Positive Signals
- Essential service for maritime safety
- Firm fixed-price contract
Sector Analysis
This contract falls under government IT and operational support services. Spending benchmarks for similar navigational systems vary widely based on scope and technology, but this award appears to be for a specific, localized component.
Small Business Impact
There is no indication that small businesses were involved in this procurement, either as prime contractors or subcontractors. Further analysis would be needed to determine if opportunities were missed.
Oversight & Accountability
The sole-source nature of this award warrants scrutiny to ensure the government received fair pricing and that competition was appropriately considered. Oversight should focus on the justification for not competing.
Related Government Programs
- Navigational Services to Shipping
- Department of Homeland Security Contracting
- U.S. Coast Guard Programs
Risk Flags
- Sole-source award limits competition.
- Potential for non-competitive pricing.
- Lack of transparency in award justification.
- Short contract duration may indicate a need for future, potentially larger, sole-source awards.
Tags
navigational-services-to-shipping, department-of-homeland-security, wv, purchase-order, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $298,396.8 to MARINE EXCHANGE OF ALASKA, INC.. NATIONWIDE AUTOMATIC IDENTIFICATION SYSTEM (NAIS TERRESTRIAL) POP 03/30/2026 - 03/29/2027
Who is the contractor on this award?
The obligated recipient is MARINE EXCHANGE OF ALASKA, 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 $298,396.8.
What is the period of performance?
Start: 2026-03-30. End: 2026-09-29.
What is the justification for the sole-source award of the Nationwide Automatic Identification System?
The justification for a sole-source award typically involves unique capabilities, proprietary technology, or a lack of available alternatives that meet the specific requirements. Without further documentation, it's difficult to assess the validity of this justification. A thorough review of the contracting officer's determination is necessary to understand why competition was deemed impractical or impossible.
What is the long-term strategy for the Nationwide Automatic Identification System, and will future procurements be competed?
The current contract is for a short duration (183 days), suggesting it may be a bridge contract or for a specific phase. Understanding the long-term system requirements and acquisition plan is crucial. Future procurements should ideally be competed to ensure best value and encourage market innovation, unless a valid sole-source justification persists.
How does the cost of this contract compare to similar navigational aid systems or services?
Benchmarking this contract's cost is challenging without detailed specifications of the NAIS Terrestrial system and its functionalities. However, given the sole-source nature and the relatively short period, a comparative analysis against other government or commercial AIS providers, considering system complexity and service level agreements, would be beneficial to assess value for money.
Industry Classification
NAICS: Transportation and Warehousing › Support Activities for Water Transportation › Navigational Services to Shipping
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 70Z0G326QOIPL0002
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1050 HARBOR WAY, JUNEAU, AK, 99801
Business Categories: Category Business, Corporate Entity Tax Exempt, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,634,474
Exercised Options: $1,790,381
Current Obligation: $298,397
Contract Characteristics
Commercial Item: PRODUCTS OR SERVICES PURSUANT TO FAR 12.102(F)
Timeline
Start Date: 2026-03-30
Current End Date: 2026-09-29
Potential End Date: 2027-03-29 11:59:59
Last Modified: 2026-04-02
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)