GSA awards $33.7M for electrical instrument manufacturing to PCI Aviation LLC
Contract Overview
Contract Amount: $33,712,538 ($33.7M)
Contractor: PCI Aviation LLC
Awarding Agency: General Services Administration
Start Date: 2025-01-07
End Date: 2027-01-30
Contract Duration: 753 days
Daily Burn Rate: $44.8K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: DELIVERY ORDER 1 CASS FOT PRODUCTS
Place of Performance
Location: PATUXENT RIVER, SAINT MARYS County, MARYLAND, 20670
State: Maryland Government Spending
Plain-Language Summary
General Services Administration obligated $33.7 million to PCI AVIATION LLC for work described as: DELIVERY ORDER 1 CASS FOT PRODUCTS Key points: 1. Contract value appears reasonable given the duration and scope. 2. Full and open competition was utilized, suggesting a competitive pricing environment. 3. No immediate risk indicators are apparent from the contract data. 4. This contract supports the manufacturing of specialized electrical testing instruments. 5. The award falls within the broader 'Instrument Manufacturing' sector.
Value Assessment
Rating: good
The contract value of $33.7 million over approximately two years for specialized electrical testing instruments seems aligned with industry benchmarks for similar procurements. While direct comparisons are difficult without more granular data on specific instrument types and quantities, the award amount does not appear excessively high. The firm-fixed-price structure provides cost certainty for the government. Further analysis would require benchmarking against the cost of comparable instruments and the contractor's historical pricing on similar items.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that multiple bidders were likely considered. This method generally promotes competitive pricing and allows for a wide range of potential suppliers to participate. The specific exclusion of sources, if any, would need further investigation to understand its impact on the breadth of competition.
Taxpayer Impact: A full and open competition process is generally favorable for taxpayers as it is designed to yield the best value through market forces, potentially leading to lower prices and higher quality goods or services.
Public Impact
The primary beneficiaries are government agencies requiring specialized electrical measurement and testing instruments. The contract will deliver instruments crucial for maintaining and calibrating electrical systems. The geographic impact is primarily linked to the contractor's facility in Maryland, with potential downstream effects on federal agencies nationwide. Workforce implications include employment at PCI Aviation LLC and potentially its suppliers.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition if 'exclusion of sources' significantly narrowed the field.
- Dependence on a single contractor for a specific set of instruments could pose supply chain risks.
- The duration of the contract may not align with rapidly evolving technological needs in electrical testing.
Positive Signals
- Awarded through a full and open competition process, indicating a robust selection.
- Firm-fixed-price contract provides budget predictability.
- Contract duration of over two years allows for stable supply.
- Contractor is based in Maryland, potentially supporting regional economic activity.
Sector Analysis
This contract falls within the broader 'Instrument Manufacturing' sector, specifically focusing on electrical measurement and testing devices. This sector is characterized by high technical expertise, stringent quality control, and often serves critical government and industrial functions. The market size for such specialized instruments can vary significantly depending on technological advancements and defense or research needs. Benchmarking this award against other government contracts for similar electrical testing equipment would provide further context on its value.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a set-aside requirement. The primary contractor, PCI Aviation LLC, is not identified as a small business in this data snippet. Analysis of subcontracting plans would be necessary to determine any indirect opportunities for small businesses.
Oversight & Accountability
Oversight for this contract is likely managed by the General Services Administration (GSA) through its Federal Acquisition Service. The firm-fixed-price nature of the contract provides a degree of cost control. Transparency is facilitated by the public nature of contract awards. Specific accountability measures would be detailed in the contract's terms and conditions, and any disputes or performance issues could fall under GSA's purview or potentially an Inspector General if fraud or waste is suspected.
Related Government Programs
- Federal Acquisition Service Contracts
- Instrument Manufacturing
- Electrical Testing Equipment
- General Services Administration Procurements
Risk Flags
- Potential supply chain concentration risk
- Risk of technological obsolescence in specialized instruments
Tags
gsa, general-services-administration, pci-aviation-llc, maryland, instrument-manufacturing, measuring-and-testing-electricity, electrical-signals, firm-fixed-price, delivery-order, full-and-open-competition, federal-acquisition-service, 334515
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $33.7 million to PCI AVIATION LLC. DELIVERY ORDER 1 CASS FOT PRODUCTS
Who is the contractor on this award?
The obligated recipient is PCI AVIATION LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $33.7 million.
What is the period of performance?
Start: 2025-01-07. End: 2027-01-30.
What is the track record of PCI Aviation LLC in delivering similar electrical testing instruments to the government?
Assessing PCI Aviation LLC's track record requires a deeper dive into historical contract data. While this specific award is for $33.7 million, understanding their past performance on similar procurements, including on-time delivery, quality of products, and adherence to specifications, is crucial. A review of past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS) would reveal any significant issues or commendations. Without this historical context, it's difficult to fully gauge the reliability of the contractor for this specific requirement. Information on previous awards for electrical measurement and testing instruments, their value, and duration would provide a clearer picture of their experience in this niche.
How does the per-unit cost of the instruments compare to market rates or similar government contracts?
The provided data does not include specific unit counts or detailed specifications for the electrical testing instruments, making a direct per-unit cost comparison impossible. The total award value of $33.7 million is for a delivery order, suggesting it might encompass multiple types of instruments or a significant quantity. To benchmark the value, one would need to identify the specific instruments being procured, their technical specifications, and then compare their pricing against commercial price lists, industry reports, or other government contracts for comparable items. The 'Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals' (NAICS 334515) code provides a general category, but granular product data is essential for a meaningful per-unit cost analysis.
What are the key performance indicators (KPIs) and service level agreements (SLAs) associated with this contract?
The provided data snippet does not detail the specific Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. These critical elements are typically outlined in the contract's statement of work (SOW) or performance work statement (PWS). For a contract involving the manufacturing of electrical testing instruments, KPIs might include metrics related to product quality (e.g., defect rates, calibration accuracy), delivery timelines (e.g., on-time delivery percentage), and potentially warranty support. SLAs would define the expected level of service, such as response times for technical support or repair services. Without access to the full contract documentation, a thorough assessment of performance expectations and accountability is not possible.
What is the historical spending pattern for similar electrical testing instruments by the General Services Administration?
To analyze historical spending patterns for similar electrical testing instruments by the General Services Administration (GSA), one would need to query federal procurement databases (like USASpending.gov or FPDS) using relevant keywords and NAICS codes (e.g., 334515). This would involve identifying contracts awarded over several fiscal years for instruments used for measuring and testing electricity and electrical signals. Analyzing this data would reveal trends in spending volume, average contract values, dominant contractors, and the types of instruments most frequently procured. Such an analysis would help contextualize the current $33.7 million award, indicating whether it represents an increase, decrease, or stable level of investment in this category by the GSA.
Are there any identified risks related to the supply chain or technological obsolescence for these instruments?
The provided data does not explicitly identify risks related to supply chain disruptions or technological obsolescence. However, for specialized manufacturing, supply chain risks can arise from reliance on specific raw materials or components, geopolitical factors, or the financial stability of lower-tier suppliers. Technological obsolescence is a concern in any sector involving electronics; if the instruments being manufactured have a long development cycle or are based on rapidly evolving technology, they could become outdated quickly. A thorough risk assessment would involve reviewing the contract's SOW for clauses addressing obsolescence mitigation, examining the contractor's supply chain management practices, and considering the expected lifespan and upgradeability of the instruments.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
Product/Service Code: MAINT/REPAIR SHOP EQPT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 47QSWC25R0001
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3022 HIGHWAY 21, ATMORE, AL, 36502
Business Categories: 8(a) Program Participant, Category Business, DoT Certified Disadvantaged Business Enterprise, Government, Native American Tribal Government, Limited Liability Corporation, Manufacturer of Goods, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $33,712,538
Exercised Options: $33,712,538
Current Obligation: $33,712,538
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QSWC25D0002
IDV Type: IDC
Timeline
Start Date: 2025-01-07
Current End Date: 2027-01-30
Potential End Date: 2027-01-30 00:00:00
Last Modified: 2025-05-09
More Contracts from PCI Aviation LLC
- Usmc 2ND MAW KC130 Maintenance — $15.9M (General Services Administration)
- Delivery Order 4 Cass FOT Products — $13.7M (General Services Administration)
- Engineering Support Services for the MC-130J to Support the SOF Unique Development/Modification Programs — $12.8M (Department of Defense)
- Ordering Period 1 — $4.1M (Department of Defense)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)