DoD Awards $9.6M Contract for New London Tug Services to Thames Towboat Co. Inc
Contract Overview
Contract Amount: $9,624,511 ($9.6M)
Contractor: Thames Towboat CO Inc
Awarding Agency: Department of Defense
Start Date: 2023-06-08
End Date: 2026-06-30
Contract Duration: 1,118 days
Daily Burn Rate: $8.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: N103B/PM4/S.RICKER/ NEW LONDON TUG REQUIREMENT
Place of Performance
Location: NEW LONDON, NEW LONDON County, CONNECTICUT, 06320
Plain-Language Summary
Department of Defense obligated $9.6 million to THAMES TOWBOAT CO INC for work described as: N103B/PM4/S.RICKER/ NEW LONDON TUG REQUIREMENT Key points: 1. Contract awarded for essential navigational services to support shipping. 2. Thames Towboat Co. Inc. secured the award under full and open competition. 3. The contract value is $9.6 million over approximately 3 years. 4. This award highlights the ongoing need for specialized maritime support services.
Value Assessment
Rating: good
The contract value of $9.6 million appears reasonable for the duration and scope of services. Benchmarking against similar tugboat service contracts would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition, suggesting a robust price discovery process. This method typically leads to competitive pricing.
Taxpayer Impact: The competitive nature of the award is expected to ensure taxpayer funds are used efficiently for necessary maritime services.
Public Impact
Ensures continued navigational support for shipping in the New London area. Supports critical Department of Defense maritime operations. Provides economic activity for a local Connecticut business.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for price escalation in future contract periods.
- Dependence on a single contractor for critical services.
Positive Signals
- Awarded through full and open competition.
- Clear definition of services required.
- Firm Fixed Price contract type limits cost uncertainty.
Sector Analysis
This contract falls within the broader category of logistical and support services, specifically maritime operations. Spending in this sector is driven by national security needs and the maintenance of critical infrastructure.
Small Business Impact
The data indicates that small businesses were not directly awarded this contract, as it went to Thames Towboat Co. Inc. Further analysis would be needed to determine if small businesses are involved as subcontractors.
Oversight & Accountability
The contract is managed by the Department of the Navy, a component of the Department of Defense, which has established oversight mechanisms for procurement and contract performance.
Related Government Programs
- Navigational Services to Shipping
- Department of Defense Contracting
- Department of the Navy Programs
Risk Flags
- Contract duration is substantial (approx. 3 years).
- Potential for price increases in future periods.
- Dependence on a single contractor.
- Lack of small business participation noted in prime award.
Tags
navigational-services-to-shipping, department-of-defense, ct, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $9.6 million to THAMES TOWBOAT CO INC. N103B/PM4/S.RICKER/ NEW LONDON TUG REQUIREMENT
Who is the contractor on this award?
The obligated recipient is THAMES TOWBOAT CO INC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Navy).
What is the total obligated amount?
The obligated amount is $9.6 million.
What is the period of performance?
Start: 2023-06-08. End: 2026-06-30.
What is the historical performance of Thames Towboat Co. Inc. in fulfilling similar contracts?
Assessing the contractor's past performance is crucial for understanding their reliability and capability. Reviewing past contract awards, performance reviews, and any documented issues or commendations would provide insight into their track record. This information helps gauge the risk associated with the current award and ensures the government is partnering with a competent provider.
Are there any potential risks associated with relying on a single provider for these essential tug services?
Reliance on a single provider can pose risks such as service disruptions due to unforeseen contractor issues (e.g., labor disputes, equipment failure) or a lack of competitive pressure for future renewals. Mitigation strategies could include robust performance monitoring, contingency planning, and exploring options for alternative providers in the long term to ensure service continuity and cost-effectiveness.
How does the awarded price compare to the government's independent cost estimate or market research for similar services?
Comparing the awarded price to independent estimates or market research is vital for validating value for money. If the awarded price is significantly higher than estimates, it may indicate potential overspending or a lack of sufficient competition. Conversely, a price well below estimates could suggest aggressive bidding or potential underestimation of service complexity.
Industry Classification
NAICS: Transportation and Warehousing › Support Activities for Water Transportation › Navigational Services to Shipping
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › TRANSPORTATION OF THINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: N3220523R4012
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2 FERRY ST, NEW LONDON, CT, 06320
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $14,639,141
Exercised Options: $9,624,511
Current Obligation: $9,624,511
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2023-06-08
Current End Date: 2026-06-30
Potential End Date: 2026-06-30 00:00:00
Last Modified: 2025-12-08
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)