DOT awards $103,904 for Fort Lauderdale Executive Airport ATCT Phase 1, focusing on site survey and design

Contract Overview

Contract Amount: $103,904 ($103.9K)

Contractor: M. C. Dean, Inc.

Awarding Agency: Department of Transportation

Start Date: 2024-01-02

End Date: 2027-03-31

Contract Duration: 1,184 days

Daily Burn Rate: $88/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: FORT LAUDERDALE EXECUTIVE ATCT PHASE 1 (SITE SURVEY/DESIGN)

Place of Performance

Location: MCLEAN, FAIRFAX County, VIRGINIA, 22102

State: Virginia Government Spending

Plain-Language Summary

Department of Transportation obligated $103,904.24 to M. C. DEAN, INC. for work described as: FORT LAUDERDALE EXECUTIVE ATCT PHASE 1 (SITE SURVEY/DESIGN) Key points: 1. Contract value appears to be a preliminary investment for initial project phases. 2. The contract is a delivery order under a larger agreement, suggesting potential for future taskings. 3. Fixed-price contract type aims to control costs for the specified scope. 4. The project is situated in Virginia, despite being for a Florida airport facility. 5. The North American Industry Classification System (NAICS) code 561621 indicates a focus on security systems services. 6. The awardee, M. C. Dean, Inc., is a significant player in government contracting.

Value Assessment

Rating: fair

The contract value of $103,904 is relatively small, likely representing an initial phase for site survey and design. Benchmarking this specific award is difficult without understanding the broader contract it falls under and the full scope of the project. However, for a preliminary design and survey phase for an airport air traffic control tower, the cost seems reasonable, assuming it covers a defined scope of work. Further analysis would require details on the deliverables and the overall project budget.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple bidders had the opportunity to submit proposals. The specific number of bidders is not provided, but the competitive nature suggests that the government sought the best value from the market. This approach generally leads to more favorable pricing and innovation compared to sole-source or limited competition scenarios.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it drives market competition, potentially leading to lower prices and higher quality services for government projects.

Public Impact

The primary beneficiaries are the Federal Aviation Administration (FAA) and the users of the Fort Lauderdale Executive Airport, who will eventually benefit from updated air traffic control infrastructure. The services delivered include site survey and design for the Air Traffic Control Tower (ATCT) Phase 1. The geographic impact is initially focused on Virginia for the design work, with the ultimate project located in Fort Lauderdale, Florida. Workforce implications may include specialized engineering and design roles within M. C. Dean, Inc.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader 'Professional, Scientific, and Technical Services' sector, specifically related to architectural and engineering services for infrastructure projects. The Federal Aviation Administration (FAA) regularly procures services for airport improvements and air traffic control systems. While the immediate award value is modest, it represents a component of larger, ongoing investments in aviation infrastructure. Comparable spending benchmarks would typically be assessed against other ATCT design and survey contracts, which can vary widely based on project complexity and scale.

Small Business Impact

The contract data indicates that small business participation (ss and sb fields) is false, and there is no explicit mention of small business set-asides. This suggests that the primary award was not specifically targeted towards small businesses. However, as M. C. Dean, Inc. is a large prime contractor, there may be subcontracting opportunities for small businesses within the scope of this project, though this is not detailed in the provided data.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Transportation's Federal Aviation Administration. As a delivery order under a larger contract, oversight mechanisms would likely be integrated into the parent contract's management plan. Transparency is generally facilitated through contract award databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse related to the contract.

Related Government Programs

Risk Flags

Tags

transportation, federal-aviation-administration, fort-lauderdale, delivery-order, firm-fixed-price, full-and-open-competition, security-systems-services, site-survey, design, virginia, m-c-dean-inc

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $103,904.24 to M. C. DEAN, INC.. FORT LAUDERDALE EXECUTIVE ATCT PHASE 1 (SITE SURVEY/DESIGN)

Who is the contractor on this award?

The obligated recipient is M. C. DEAN, INC..

Which agency awarded this contract?

Awarding agency: Department of Transportation (Federal Aviation Administration).

What is the total obligated amount?

The obligated amount is $103,904.24.

What is the period of performance?

Start: 2024-01-02. End: 2027-03-31.

What is the total value and duration of the parent contract under which this delivery order was issued?

The provided data only details a specific delivery order valued at $103,904.24 with an end date of March 31, 2027. The duration of this delivery order is approximately 1184 days. Information regarding the total value and duration of the overarching contract, from which this delivery order was placed, is not available in this dataset. Understanding the parent contract is crucial for assessing the full scope, potential future spending, and the strategic context of this specific award.

How does the cost of this site survey and design phase compare to similar projects for Air Traffic Control Towers?

Direct cost comparison for this specific site survey and design phase is challenging without more detailed project scope and deliverables. The $103,904 award is for Phase 1, suggesting it's an initial investment. Benchmarking would require data on the size and complexity of the Fort Lauderdale Executive Airport's ATCT, the specific requirements of the survey and design, and the number of bidders. Generally, early-stage design and survey work for significant infrastructure like an ATCT can range from tens of thousands to hundreds of thousands of dollars, depending on the factors mentioned. The fixed-price nature of this award provides some cost control for the defined scope.

What specific security systems services are included under NAICS code 561621 for this ATCT project?

The NAICS code 561621, 'Security Systems Services (except Locksmiths),' typically encompasses the design, installation, integration, and maintenance of electronic security systems. For an Air Traffic Control Tower (ATCT) project, this could include access control systems, video surveillance (CCTV), intrusion detection, and potentially integrated command and control systems for security operations. While the primary focus of an ATCT is air traffic management, robust security systems are critical for protecting sensitive infrastructure and personnel. The specific services under this contract would be detailed in the Statement of Work (SOW) for the delivery order.

What is M. C. Dean, Inc.'s track record with the Federal Aviation Administration and similar infrastructure projects?

M. C. Dean, Inc. is a large, established government contractor with extensive experience in complex engineering, technology, and security solutions, including significant work within federal agencies. They have a history of performing large-scale projects for various government entities, including defense, intelligence, and civilian agencies. While specific details of their past FAA contracts are not provided here, their general profile suggests they are well-equipped to handle projects like the ATCT Phase 1 survey and design. Their track record typically involves large, technically demanding projects, often with security components, aligning with the nature of this contract.

What are the potential risks associated with a delivery order for site survey and design, especially if the ultimate project is in a different location than the design work?

Potential risks include miscommunication or a lack of site-specific understanding if the design team is geographically distant from the actual airport location. Ensuring accurate site surveys and environmental assessments is critical. Another risk is scope creep if the initial survey reveals unforeseen complexities that require additional design work beyond the original SOW. Furthermore, if the design phase is not closely coordinated with future construction phases, changes or rework could be necessary. The fixed-price nature mitigates some financial risk for the government, but delays or quality issues stemming from these risks could still impact the overall project timeline and effectiveness.

How does the 'full and open competition' for this delivery order impact the overall value and efficiency for taxpayers?

Awarding this delivery order through full and open competition generally benefits taxpayers by fostering a competitive environment. This process encourages multiple qualified contractors, like M. C. Dean, Inc., to offer their best pricing and technical solutions. The competition helps ensure that the government receives fair market value for the site survey and design services. While the immediate award value is modest, the competitive process sets a precedent for potentially more significant future phases of the ATCT project, driving efficiency and potentially cost savings over the long term by selecting the most capable and cost-effective provider.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesInvestigation and Security ServicesSecurity Systems Services (except Locksmiths)

Product/Service Code: ALARM, SIGNAL, SECURITY DETECTION

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1765 GREENSBORO STATION PLACE SUITE 1400, TYSONS, VA, 22102

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

Financial Breakdown

Contract Ceiling: $103,904

Exercised Options: $103,904

Current Obligation: $103,904

Actual Outlays: $22,957

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 693KA819D00007

IDV Type: IDC

Timeline

Start Date: 2024-01-02

Current End Date: 2027-03-31

Potential End Date: 2027-03-31 00:00:00

Last Modified: 2026-04-03

More Contracts from M. C. Dean, Inc.

View all M. C. Dean, Inc. federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending