DOT awards $876K for automation engineering support, continuing existing services
Contract Overview
Contract Amount: $875,972 ($876.0K)
Contractor: Arctic Slope Technical Services, Inc.
Awarding Agency: Department of Transportation
Start Date: 2025-08-28
End Date: 2026-04-30
Contract Duration: 245 days
Daily Burn Rate: $3.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: AUTOMATION ENGINEERING SUPPORT SERVICES - CONTINUATION OF SUPPORT FROM TO 692M15-24-F-00151.
Place of Performance
Location: ATLANTIC CITY, ATLANTIC County, NEW JERSEY, 08405
Plain-Language Summary
Department of Transportation obligated $875,971.5 to ARCTIC SLOPE TECHNICAL SERVICES, INC. for work described as: AUTOMATION ENGINEERING SUPPORT SERVICES - CONTINUATION OF SUPPORT FROM TO 692M15-24-F-00151. Key points: 1. Contract value represents a continuation of services, suggesting established needs and performance. 2. The contract type (Time and Materials) can pose cost control challenges if not managed closely. 3. Limited duration of 245 days may indicate a need for future re-competition or contract modification. 4. The specific NAICS code (541519) points to a niche service within the broader IT sector. 5. Geographic location in New Jersey may have implications for local workforce and economic impact.
Value Assessment
Rating: fair
The awarded amount of $875,971.50 for approximately 8 months of service appears reasonable for specialized automation engineering support. However, without specific performance metrics or detailed cost breakdowns, a definitive value-for-money assessment is challenging. Comparing this to similar, ongoing contracts for automation engineering within the FAA or other transportation agencies would provide better context for pricing and efficiency.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' which suggests that while competition was intended, certain sources may have been excluded for specific reasons, potentially related to prior performance or specialized capabilities. The limited nature of this competition could impact price discovery, as fewer bidders may have participated compared to a truly open solicitation.
Taxpayer Impact: Taxpayers benefit from specialized services being procured, but the exclusion of sources warrants scrutiny to ensure the best possible pricing was achieved.
Public Impact
The Federal Aviation Administration (FAA) benefits from continued automation engineering support, crucial for maintaining and improving its operational systems. Services delivered likely involve the enhancement, maintenance, or development of automated systems within the FAA's infrastructure. The contract's impact is primarily within the operational and technological domains of the FAA, rather than a broad geographic or public-facing service. Workforce implications may include the need for specialized engineering talent, potentially sourced from the contractor's existing pool or requiring local hiring in New Jersey.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Time and Materials contract type can lead to cost overruns if not closely monitored.
- Limited competition may have resulted in a higher price than a fully open solicitation.
- The specific nature of 'automation engineering' requires specialized skills, potentially limiting the pool of qualified bidders.
Positive Signals
- Continuation of services suggests the contractor is meeting the FAA's needs.
- Awarding to a specific entity implies a level of trust and established working relationship.
- The contract addresses a critical operational need for the FAA.
Sector Analysis
This contract falls within the Information Technology and Professional Services sector, specifically focusing on specialized engineering support. The market for such services is competitive, with numerous firms offering expertise in automation and systems engineering. The FAA, as a major government entity, represents a significant client within this sector, and contracts like this contribute to the overall spending on IT and engineering services within the federal government, which can be in the billions annually.
Small Business Impact
The contract does not indicate any small business set-aside provisions (ss: false, sb: false). Therefore, the primary contractor, Arctic Slope Technical Services, Inc., is likely not a small business for this award. There is no explicit mention of subcontracting goals for small businesses, which could limit opportunities for the small business ecosystem in this specific procurement.
Oversight & Accountability
Oversight for this contract would typically fall under the Federal Aviation Administration's contracting officers and program managers. Accountability measures would be tied to the delivery of specified automation engineering support services and adherence to the Time and Materials contract terms. Transparency is facilitated through contract award databases, though detailed performance reports are often internal.
Related Government Programs
- FAA IT Modernization Programs
- Air Traffic Control System Modernization
- Aviation Systems Engineering Support
- Federal IT Services Procurement
Risk Flags
- Potential for cost overruns due to Time and Materials contract type.
- Limited competition may impact price competitiveness.
- Need for specialized skills could pose staffing challenges for the contractor.
Tags
it, department-of-transportation, faa, new-jersey, time-and-materials, delivery-order, automation-engineering, professional-services, limited-competition
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $875,971.5 to ARCTIC SLOPE TECHNICAL SERVICES, INC.. AUTOMATION ENGINEERING SUPPORT SERVICES - CONTINUATION OF SUPPORT FROM TO 692M15-24-F-00151.
Who is the contractor on this award?
The obligated recipient is ARCTIC SLOPE TECHNICAL SERVICES, INC..
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $875,971.5.
What is the period of performance?
Start: 2025-08-28. End: 2026-04-30.
What is the historical spending trend for automation engineering support services by the FAA?
Analyzing historical spending for automation engineering support services by the FAA requires access to detailed contract databases over several fiscal years. Typically, such services are procured through a mix of contract vehicles, including task orders under larger IT services contracts or specific, competitively awarded contracts like this one. Spending can fluctuate based on modernization initiatives, system upgrades, and the lifecycle of existing automation technologies. Without specific historical data for this exact service category, it's difficult to provide precise figures, but the FAA consistently invests significant resources in maintaining and upgrading its complex technological infrastructure, which includes automation.
How does the pricing of this Time and Materials contract compare to industry benchmarks for similar engineering services?
Assessing the pricing of this Time and Materials (T&M) contract against industry benchmarks requires detailed labor category rates and overhead applied by the contractor, which are not fully disclosed in the provided data. T&M contracts are inherently variable, and their value is determined by the hours worked and the rates charged. To benchmark effectively, one would need to compare the contractor's proposed hourly rates for specific engineering roles (e.g., senior automation engineer, junior technician) against published industry surveys or rates paid on comparable government contracts. The FAA's contracting office would have performed some level of price analysis, but external validation would involve comparing these rates to market data for similar skill sets and experience levels in the New Jersey region.
What are the specific risks associated with the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' award type?
The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' award type presents a moderate risk. While it aims for broad competition, the exclusion of certain sources implies that either those sources were deemed non-responsive, lacked necessary qualifications, or were excluded based on specific criteria outlined in the solicitation (e.g., past performance issues, inability to meet technical requirements). The risk lies in whether this exclusion inadvertently limited the competitive pool, potentially leading to a less optimal price or solution for the government. Effective risk mitigation involves ensuring the exclusion criteria were justified, documented, and that the remaining competition was robust enough to ensure fair market value.
What is the expected impact of this contract on the FAA's automation capabilities?
This contract is expected to ensure the continuity and potential enhancement of the FAA's automation capabilities. By providing dedicated engineering support, it helps maintain the operational integrity of existing automated systems and may contribute to the development or integration of new automation technologies. This is crucial for areas such as air traffic management, system monitoring, and operational efficiency. The specific impact will depend on the tasks performed under the contract, but the underlying goal is to support the reliable functioning and advancement of the FAA's automated infrastructure.
Are there any performance concerns related to Arctic Slope Technical Services, Inc. on previous contracts?
To determine performance concerns related to Arctic Slope Technical Services, Inc. on previous contracts, a review of their past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS) would be necessary. The provided data does not include this information. However, the fact that they were awarded this continuation contract, especially under a competitive process (even if limited), suggests that their past performance was likely deemed acceptable or satisfactory by the agency for the services previously rendered under the prior contract (692M15-24-F00151). Agencies typically consider past performance as a significant factor in award decisions.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: Arctic Slope Regional Corporation
Address: 7000 MUIRKIRK MEADOWS DR, BELTSVILLE, MD, 20705
Business Categories: 8(a) Program Participant, Alaskan Native Corporation Owned Firm, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $1,207,002
Exercised Options: $875,972
Current Obligation: $875,972
Actual Outlays: $451,850
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: DTFACT17D00004
IDV Type: IDC
Timeline
Start Date: 2025-08-28
Current End Date: 2026-04-30
Potential End Date: 2026-05-31 00:00:00
Last Modified: 2026-04-07
More Contracts from Arctic Slope Technical Services, Inc.
- Software and Engineering II Contract. Under This Contract, the Contractor Shall Provide Information Technology (IT) Technical Support to the Applied Engineering and Technology Directorate (aetd) Facilities and Associated Desktops, Including, BUT NOT Limited to, Support of Information System Security Officers, System Administrators, Helpdesk Support, Flight Software Engineers, Software Systems Engineers, and Network Engineers — $388.5M (National Aeronautics and Space Administration)
- THE Contractor Shall Support the Science Mission Directorates (smds) Solicitation and Peer Review Program Portfolio AS Described in the Remainder of This Statement of Work. the Portfolio Consists of Solicitations, Subordinate Program Elements, Science Planning Workshops, and AD HOC Meetings That Support the Conceptualization or Definition of Smds Strategic Research Objectives. the Contractor's Activities Assist Nasa With Developing and Announcing Research Opportunities; Receiving, Processing, and Evaluating Proposals; and Making Selection Decisions That Result in Research Awards. the Contractor's Work Also Facilitates Science Community Stakeholders Participation in Events That Advance the Development of Nasas Research Strategy — $96.7M (National Aeronautics and Space Administration)
- Wing Information&communications Support Service — $49.4M (Department of Defense)
- THE Scope of the Contract Will BE to Provide Spacecraft and Ground System Sustaining Engineering Support for Environmental Operational Satellites Operated by Nesdis Under Ospo, Sustaining Engineering Support for U.S. Instruments on the Metop Satellites, Operational and Ground Systems Engineering Support for Jason-2, Engineering Configuration Management of Mission Operational Databases and Products for ALL Constellations, and Support for Future Ospo Operational Environmental Satellite Programs to Include Jason-3, Goes-R/S/U and Jpss-1 — $46.4M (Department of Commerce)
- Fairbanks Command and Data Acquisition Station (fcdas) Operations and Maintenance Services — $43.2M (Department of Commerce)
View all Arctic Slope Technical Services, Inc. federal contracts →
Other Department of Transportation Contracts
- Dafis UDO Reconstruct W/O Advance — $3.8B (Lockheed Martin Services, LLC)
- THE Purpose of This Delivery Order Award IS to ADD Funding for FTI Telecommunications Services — $1.9B (Harris Corporation)
- Provide Funding for Clin 302 for Pre-Flight and In-Flight Services. Contract Number Dtfawa-05-C-00031, Lockheed Martin. POP 01/16/08-03/31/08 — $1.9B (Leidos, Inc.)
- Center for Advanced Aviation Development (caasd) Ffrdc Mitre — $1.7B (THE Mitre Corporation)
- Dafis UDO Reconstruct W/O Advance — $1.5B (Harris Corporation)