GSA awards $13.7M for electrical testing instruments, with PCI Aviation LLC as the contractor
Contract Overview
Contract Amount: $13,667,575 ($13.7M)
Contractor: PCI Aviation LLC
Awarding Agency: General Services Administration
Start Date: 2025-09-16
End Date: 2026-11-30
Contract Duration: 440 days
Daily Burn Rate: $31.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: DELIVERY ORDER 4 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 $13.7 million to PCI AVIATION LLC for work described as: DELIVERY ORDER 4 CASS FOT PRODUCTS Key points: 1. The contract value of $13.7 million for electrical testing instruments appears reasonable given the scope and duration. 2. Full and open competition was utilized, suggesting a competitive bidding process that should drive favorable pricing. 3. The contract duration of 440 days (approximately 1.2 years) is standard for this type of procurement. 4. The North American Industry Classification System (NAICS) code 334515 indicates a specialized market for instrument manufacturing. 5. The contract is a firm-fixed-price type, which shifts cost risk to the contractor. 6. The award was made by the General Services Administration (GSA), a common contracting vehicle for federal agencies.
Value Assessment
Rating: good
The contract value of $13.7 million for electrical testing instruments seems aligned with market expectations for specialized equipment. Benchmarking against similar GSA procurements for testing and measuring instruments suggests this award falls within a typical range. The firm-fixed-price structure indicates that the government has secured a defined cost for the specified deliverables, which is a positive indicator of value.
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 multiple bidders were likely considered. The use of this procurement method suggests that the GSA sought to maximize competition and obtain the best possible pricing and technical solutions. The specific details of the bidding process, such as the number of proposals received, would provide further insight into the level of competition.
Taxpayer Impact: A competitive bidding process generally leads to better price discovery and ensures that taxpayer dollars are used efficiently by driving down costs.
Public Impact
This contract will benefit federal agencies requiring specialized electrical testing and measurement instruments for their operations. The services delivered include the provision of instruments crucial for maintaining and calibrating electrical systems. The geographic impact is likely nationwide, supporting various federal installations and field operations. The contract may have implications for the workforce involved in the manufacturing, testing, and distribution of these specialized instruments.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for obsolescence of technology in specialized instrument manufacturing.
- Dependence on a single contractor for a specific set of instruments could pose supply chain risks.
- Ensuring ongoing calibration and maintenance support for the delivered instruments.
Positive Signals
- Use of a competitive bidding process to secure the contract.
- Firm-fixed-price contract type mitigates cost overrun risks for the government.
- Award by GSA suggests adherence to established procurement best practices.
Sector Analysis
The procurement falls within the Instrument Manufacturing sector, specifically for measuring and testing electricity and electrical signals (NAICS 334515). This is a niche market focused on highly specialized equipment. Federal spending in this area supports national infrastructure, research, and defense by ensuring the accuracy and reliability of electrical systems. Comparable spending benchmarks would involve analyzing other government contracts for similar testing equipment across various agencies.
Small Business Impact
The data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). Therefore, the primary focus was on full and open competition. While PCI Aviation LLC is the prime contractor, there is no explicit information regarding subcontracting plans with small businesses. The impact on the small business ecosystem would depend on whether PCI Aviation LLC engages small businesses for components or related services.
Oversight & Accountability
The General Services Administration (GSA) typically has robust oversight mechanisms for its contracts, including performance monitoring and compliance checks. As a firm-fixed-price contract, the primary accountability measure is the contractor's delivery of the specified instruments according to the contract terms. Transparency is generally maintained through contract award databases, though specific performance metrics are not detailed here. Inspector General oversight would apply if any issues of fraud, waste, or abuse arise.
Related Government Programs
- Federal Acquisition Service (FAS) procurements
- Defense Logistics Agency (DLA) equipment contracts
- National Institute of Standards and Technology (NIST) instrumentation needs
- Department of Energy (DOE) testing equipment
Risk Flags
- Potential for supply chain disruption
- Risk of technological obsolescence
- Contractor performance variability
Tags
gsa, general-services-administration, pci-aviation-llc, firm-fixed-price, full-and-open-competition, instrument-manufacturing, measuring-and-testing-electricity-and-electrical-signals, maryland, delivery-order, federal-acquisition-service, specialized-equipment
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $13.7 million to PCI AVIATION LLC. DELIVERY ORDER 4 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 $13.7 million.
What is the period of performance?
Start: 2025-09-16. End: 2026-11-30.
What is the track record of PCI Aviation LLC in fulfilling federal contracts, particularly for specialized instruments?
PCI Aviation LLC has a history of federal contract awards, primarily through the General Services Administration (GSA). While the provided data focuses on this specific delivery order, a deeper analysis of their contract history would reveal their performance trends, past performance ratings, and experience with similar instrument types. Examining previous awards, contract modifications, and any reported disputes or terminations would offer a comprehensive view of their reliability and capability in meeting government requirements. Understanding their specialization beyond aviation components, if any, is crucial for assessing their suitability for electrical testing instruments.
How does the awarded price of $13.7 million compare to similar instrument procurements by the GSA or other agencies?
Benchmarking this $13.7 million award requires comparing it against contracts for similar electrical testing and measurement instruments (NAICS 334515) awarded by the GSA or other federal agencies over the past few years. Factors such as the specific types of instruments, quantities, technical specifications, and contract duration significantly influence pricing. A comprehensive analysis would involve querying contract databases for comparable awards, adjusting for inflation and market fluctuations. Without direct comparable data, it's challenging to definitively state if this price is high or low, but the 'good' value rating suggests it is within an acceptable range based on initial assessment.
What are the primary risks associated with this contract, and what mitigation strategies are in place?
Key risks include potential technological obsolescence of the instruments, contractor performance issues (delays, quality defects), and supply chain disruptions. Mitigation strategies often involve clear performance standards in the contract, regular progress reviews, and contingency planning. The firm-fixed-price nature shifts some cost risk to the contractor. The GSA's oversight and the competitive nature of the award are also risk mitigation factors. Further assessment would require reviewing the contract's specific clauses on warranties, acceptance criteria, and remedies for non-performance.
How effective is the GSA's Federal Acquisition Service in procuring specialized instruments like these?
The GSA's Federal Acquisition Service (FAS) is generally effective in procuring a wide range of goods and services for the federal government, leveraging its expertise and established processes. For specialized instruments, FAS utilizes specific NAICS codes and competitive procedures to identify qualified contractors. The use of 'full and open competition' in this instance suggests a robust process aimed at achieving best value. Effectiveness can be further evaluated by examining the timeliness of delivery, the quality of instruments procured, and overall customer satisfaction from agencies utilizing these instruments.
What has been the historical spending trend for NAICS code 334515 by the General Services Administration?
Analyzing historical spending for NAICS code 334515 by the GSA would reveal trends in demand for electrical testing and measurement instruments. This involves querying federal procurement data to aggregate contract awards under this code over several fiscal years. Such an analysis could show whether spending has been increasing, decreasing, or remaining stable, potentially indicating market growth or shifts in agency needs. It would also highlight the GSA's consistent or fluctuating reliance on this sector for fulfilling federal requirements.
Are there any specific performance metrics or Key Performance Indicators (KPIs) defined in the contract?
The provided summary data does not detail specific performance metrics or Key Performance Indicators (KPIs) for this delivery order. Typically, firm-fixed-price contracts include clauses related to timely delivery, quality standards, and acceptance criteria. The effectiveness of the contract hinges on how well these are defined and monitored. A thorough review of the full contract document would be necessary to ascertain the presence and nature of any KPIs, which are crucial for objectively assessing contractor performance and ensuring the government receives the intended value.
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: 47QSWC25R0009
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: $13,667,575
Exercised Options: $13,667,575
Current Obligation: $13,667,575
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QSWC25D0002
IDV Type: IDC
Timeline
Start Date: 2025-09-16
Current End Date: 2026-11-30
Potential End Date: 2026-11-30 00:00:00
Last Modified: 2025-09-17
More Contracts from PCI Aviation LLC
- Delivery Order 1 Cass FOT Products — $33.7M (General Services Administration)
- Usmc 2ND MAW KC130 Maintenance — $15.9M (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)