Atlantic Diving Supply contract for MARSOC communications equipment valued at $37.4M, awarded by GSA

Contract Overview

Contract Amount: $37,355 ($37.4K)

Contractor: Atlantic Diving Supply, Inc.

Awarding Agency: General Services Administration

Start Date: 2025-08-14

End Date: 2026-02-10

Contract Duration: 180 days

Daily Burn Rate: $208/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 6

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: PMPI MARSOC COMMS IDIQ

Place of Performance

Location: NATICK, MIDDLESEX County, MASSACHUSETTS, 01760

State: Massachusetts Government Spending

Plain-Language Summary

General Services Administration obligated $37,354.6 to ATLANTIC DIVING SUPPLY, INC. for work described as: PMPI MARSOC COMMS IDIQ Key points: 1. The contract's value of $37.4 million over its period of performance suggests a significant investment in specialized communication equipment. 2. Competition dynamics for this contract, awarded under full and open competition after exclusion of sources, warrant further examination to understand bidder participation. 3. The fixed-price contract type indicates a defined cost structure, potentially mitigating cost overrun risks for the government. 4. The contract duration of 180 days for delivery orders suggests a need for timely fulfillment of critical communication needs. 5. The award to Atlantic Diving Supply, Inc. places this contract within the broader context of defense and tactical equipment procurement. 6. The absence of small business set-aside flags indicates that the primary focus was on best value through open competition.

Value Assessment

Rating: good

Benchmarking the value of this $37.4 million contract requires comparison to similar procurements for specialized MARSOC communication equipment. Given the fixed-price nature, the government has a defined cost ceiling. However, without specific details on the equipment's technical specifications and quantities, a precise value-for-money assessment is challenging. The number of bids received (6) suggests a reasonable level of interest, which can contribute to competitive pricing.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition after exclusion of sources, indicating that all responsible sources were permitted to submit offers. Six bids were received, suggesting a healthy level of competition for this specialized equipment. This competitive process is designed to ensure that the government receives the best possible pricing and value.

Taxpayer Impact: The robust competition for this contract is beneficial for taxpayers as it likely drove down prices and ensured that government funds were used efficiently to acquire necessary communication equipment.

Public Impact

This contract directly benefits the Marine Corps Forces Special Operations Command (MARSOC) by providing essential communication equipment. The services delivered include the provision of specialized communication gear, crucial for the operational effectiveness of MARSOC units. The geographic impact is primarily national, supporting U.S. military operations, with potential global deployment implications. Workforce implications are indirect, supporting jobs within the defense contracting industry and potentially specialized manufacturing sectors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the defense sector, specifically focusing on specialized communication equipment for special operations forces. The market for such equipment is characterized by high technological requirements, stringent performance standards, and often, limited production runs. Comparable spending benchmarks would involve analyzing other contracts for tactical communication systems, electronic warfare equipment, and specialized gear for military units, which can range from millions to hundreds of millions of dollars depending on scope and technology.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). This suggests that the procurement was aimed at leveraging the capabilities of larger or more specialized firms capable of meeting the demanding requirements of MARSOC. There is no explicit information on subcontracting plans, but given the nature of the equipment, it is possible that specialized components or manufacturing processes might involve small business suppliers, though not as prime contractors.

Oversight & Accountability

The General Services Administration (GSA) typically employs robust oversight mechanisms for its contracts, including performance monitoring and compliance checks. As a delivery order under an IDIQ contract, oversight would focus on ensuring adherence to the terms and conditions of the base IDIQ and the specific order. Transparency is generally maintained through contract databases like FPDS. Inspector General jurisdiction would likely fall under the Department of Defense, given the end-user, and GSA's own IG office.

Related Government Programs

Risk Flags

Tags

defense, marsoc, communications-equipment, general-services-administration, full-and-open-competition, firm-fixed-price, delivery-order, special-operations, tactical-gear, federal-acquisition-service, apparel-accessories-and-other-apparel-manufacturing

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $37,354.6 to ATLANTIC DIVING SUPPLY, INC.. PMPI MARSOC COMMS IDIQ

Who is the contractor on this award?

The obligated recipient is ATLANTIC DIVING SUPPLY, INC..

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $37,354.6.

What is the period of performance?

Start: 2025-08-14. End: 2026-02-10.

What is the specific nature of the 'Apparel Accessories and Other Apparel Manufacturing' NAICS code in relation to communication equipment?

The NAICS code 315990, 'Apparel Accessories and Other Apparel Manufacturing,' appears to be a misclassification or an overly broad categorization for a contract involving specialized communication equipment for MARSOC. Typically, communication equipment procurement would fall under NAICS codes related to electronic equipment manufacturing, computer and electronic product manufacturing, or communications equipment manufacturing (e.g., 334200, 334220). It is possible that the contract includes some form of specialized apparel or carrying cases integral to the communication systems, or that the classification is an artifact of the base IDIQ contract under which this delivery order was issued. Further investigation into the specific line items and descriptions within the contract award is necessary to reconcile this discrepancy and understand the precise goods being procured.

How does the $37.4 million value compare to typical MARSOC communication equipment procurements?

Without access to historical MARSOC procurement data specifically for communication equipment, a direct comparison is challenging. However, $37.4 million represents a substantial investment, suggesting the procurement covers a significant quantity or highly advanced, specialized communication systems. MARSOC operates in high-stakes environments, necessitating cutting-edge technology, which often comes at a premium. This value is plausible for equipping multiple units or providing next-generation communication capabilities. To provide a more precise benchmark, one would need to analyze similar contracts awarded to other special operations forces or specialized military units for comparable communication suites over the past few years.

What are the potential risks associated with a firm fixed-price contract for specialized communication equipment?

While firm fixed-price (FFP) contracts offer cost certainty, they can introduce risks for the contractor if the scope of work or material costs are underestimated. For specialized communication equipment, this could mean the contractor may struggle to meet the demanding technical specifications within the fixed price, potentially leading to quality compromises or contractor default if the profit margin is too thin. Conversely, if the contractor has superior knowledge of costs and efficient production, they can achieve higher profits. The government's risk is primarily that the contractor may cut corners on quality or performance to maintain profitability, or that the initial price, while fixed, might have been inflated due to perceived risks by the contractor.

What does 'full and open competition after exclusion of sources' specifically entail?

The term 'full and open competition after exclusion of sources' is a specific procurement method used when it's determined that it's not in the government's best interest to include all potential sources. This typically occurs when a specific type of product or service is needed, and only a limited number of sources can meet the requirements, or when certain sources are excluded for reasons of national security or other specific justifications. In this case, it implies that while the competition was intended to be broad, certain sources were deliberately excluded. The justification for this exclusion is critical for understanding the true level of competition and potential impact on pricing and innovation. It suggests that the government identified specific capabilities or vendors it needed, and perhaps excluded others that did not meet stringent, pre-defined criteria.

What is the significance of the 180-day duration for delivery orders?

A 180-day duration for delivery orders indicates a relatively short lead time required for the provision of these communication equipment. This suggests an urgent operational need or a well-established supply chain for the items. For MARSOC, timely access to critical equipment is paramount for mission success. A shorter delivery window can also imply that the equipment is either readily available off-the-shelf or that the contractor has efficient production and logistics capabilities. However, it also places pressure on the contractor to deliver within this timeframe, potentially increasing the risk of delays if unforeseen issues arise in manufacturing, testing, or shipping.

How does the General Services Administration (GSA) manage contracts like this one?

The GSA, through its Federal Acquisition Service (FAS), manages a vast array of government contracts, including IDIQ vehicles and subsequent delivery orders. GSA's role is to provide efficient and effective procurement solutions for federal agencies. For this contract, GSA likely established the underlying IDIQ contract vehicle, setting terms and conditions, and then facilitated the issuance of this delivery order by MARSOC (or a supporting agency). GSA's management involves ensuring compliance with acquisition regulations, promoting competition, and leveraging government-wide buying power. They provide the framework, and the ordering agency (MARSOC) specifies the exact needs and places the order against that framework.

Industry Classification

NAICS: ManufacturingApparel Accessories and Other Apparel ManufacturingApparel Accessories and Other Apparel Manufacturing

Product/Service Code: CLOTHING, INDIVIDUAL EQUIPMENT, INSIGNA, AND JEWELRY

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 47QFNA25Q0125

Offers Received: 6

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 621 LYNNHAVEN PKWY, VIRGINIA BEACH, VA, 23452

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $37,355

Exercised Options: $37,355

Current Obligation: $37,355

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QFNA24D0004

IDV Type: IDC

Timeline

Start Date: 2025-08-14

Current End Date: 2026-02-10

Potential End Date: 2026-02-10 00:00:00

Last Modified: 2026-04-06

More Contracts from Atlantic Diving Supply, Inc.

View all Atlantic Diving Supply, Inc. federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending