DOT awards $103,904 for Fort Lauderdale 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 INTERNATIONAL 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 INTERNATIONAL ATCT PHASE 1 (SITE SURVEY/DESIGN) Key points: 1. Contract value appears to be at the lower end for a federal project of this nature, suggesting a focus on initial planning stages. 2. The contract is a delivery order under a larger contract, indicating potential for follow-on work and a phased approach. 3. Competition was full and open, which typically fosters competitive pricing and a wider pool of qualified contractors. 4. The North American Industry Classification System (NAICS) code 561621 points to security systems services, suggesting a security component to the ATCT project. 5. The contract duration of 1184 days (approximately 3.25 years) allows ample time for thorough site surveying and design. 6. The firm-fixed-price contract type shifts cost risk to the contractor, providing budget certainty for the government.

Value Assessment

Rating: good

The contract value of $103,904 for a site survey and design phase is relatively modest for a federal aviation project. Benchmarking against similar initial design contracts for air traffic control facilities would provide a clearer picture of value. However, given the scope is limited to survey and design, the price may be appropriate. The firm-fixed-price structure suggests the government has a clear understanding of the expected costs for this phase.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. This method generally leads to the best prices and quality by leveraging a broad range of potential contractors. The specific number of bidders is not provided, but the open competition suggests a healthy market engagement.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it maximizes the potential for cost savings through competitive bidding and ensures that the government receives services from the most capable and cost-effective providers.

Public Impact

The primary beneficiaries are the Federal Aviation Administration (FAA) and the public through improved air traffic control infrastructure. The services delivered include essential site surveying and design work for the Fort Lauderdale International Airport Air Traffic Control Tower (ATCT). The geographic impact is specific to the Fort Lauderdale International Airport area. Workforce implications may include roles for surveyors, engineers, architects, and security system specialists during the design phase.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader aerospace and government services sector, specifically related to aviation infrastructure. The market for air traffic control facility design and construction is specialized, involving a limited number of experienced firms. Spending on airport infrastructure, including ATCTs, is crucial for maintaining air safety and capacity. Comparable spending benchmarks would typically involve looking at other FAA capital improvement projects or similar facility designs.

Small Business Impact

The provided data does not indicate any specific small business set-aside provisions for this contract. As it is a delivery order under a potentially larger contract, small business participation might occur through subcontracting opportunities, depending on the prime contractor's strategy and the overall contract structure. Further analysis would be needed to determine the extent of small business involvement.

Oversight & Accountability

Oversight for this contract will likely be managed by the Federal Aviation Administration (FAA), a division of the Department of Transportation. Accountability measures are embedded in the firm-fixed-price contract type, requiring the contractor to deliver specified design services within the agreed budget. Transparency is generally maintained through federal contract databases, though specific oversight reports or inspector general involvement would depend on the project's progression and any identified issues.

Related Government Programs

Risk Flags

Tags

transportation, federal-aviation-administration, fort-lauderdale, delivery-order, small-value, full-and-open-competition, firm-fixed-price, security-systems-services, site-survey, design, infrastructure

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $103,904.24 to M. C. DEAN, INC.. FORT LAUDERDALE INTERNATIONAL 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 track record of M. C. Dean, Inc. with the Federal Aviation Administration?

M. C. Dean, Inc. has a significant history of contracting with federal agencies, including the Department of Transportation and the FAA. Their portfolio often includes complex infrastructure, security systems, and electrical engineering projects. Reviewing their past performance on similar FAA projects, particularly those involving airport facilities or air traffic control systems, would be crucial. Past performance evaluations, contract completion history, and any documented disputes or corrective actions associated with their FAA contracts would provide insight into their reliability and capability for this specific project. Their experience in security systems services (NAICS 561621) is directly relevant to the stated nature of this contract.

How does the $103,904 contract value compare to similar site survey and design contracts for air traffic control towers?

The contract value of $103,904 for a site survey and design phase is relatively modest for federal aviation projects. However, the scope is explicitly defined as 'Phase 1 (Site Survey/Design)', suggesting it is an initial, limited-scope effort. Comparing it directly to full design-build contracts would be misleading. A more accurate comparison would involve looking at other FAA contracts for preliminary engineering reports, site assessments, or initial design packages for similar facilities. The duration of over three years for this phase also suggests a detailed, methodical approach rather than a simple assessment. Without specific benchmark data for comparable initial design phases, it's difficult to definitively assess value, but the price appears reasonable for a focused planning effort.

What are the primary risks associated with this specific contract, and how are they mitigated?

Key risks include potential inaccuracies in the site survey leading to design flaws, unforeseen environmental or geological conditions impacting the design, and contractor performance issues. The firm-fixed-price structure mitigates cost overrun risk for the government. The full and open competition aims to select a capable contractor. Mitigation strategies likely involve robust government oversight of the survey and design process, clear performance metrics, and potentially phased payments tied to milestones. The long duration allows for thoroughness, reducing risks associated with rushed work. The FAA's experience in managing such projects also serves as a risk mitigation factor.

What is the expected effectiveness of this contract in achieving its stated goals?

The effectiveness of this contract hinges on the thoroughness and accuracy of the site survey and the quality of the resulting design. If executed properly, it will provide a solid foundation for subsequent phases of the Fort Lauderdale International ATCT project, ensuring that the facility is appropriately sited, designed to meet operational needs, and incorporates necessary security systems. The firm-fixed-price nature incentivizes the contractor to complete the work efficiently. Success will be measured by the delivery of a complete and approved design package that meets FAA standards and requirements, enabling the project to move forward on schedule and budget.

What are the historical spending patterns for similar security systems services at airports?

Historical spending on security systems services (NAICS 561621) at airports can vary significantly based on airport size, threat level, and technological upgrades. Federal spending often focuses on critical infrastructure protection, including air traffic control facilities. While this specific contract is for design, it falls under the broader category of security systems. Past FAA procurements for security enhancements, access control, surveillance, and communication systems at ATCTs or other airport facilities would provide context. Analyzing trends in spending on integrated security solutions and the adoption of new technologies in airport security would offer a broader perspective on market rates and investment levels in this domain.

How does the chosen NAICS code (561621) align with the project description?

The NAICS code 561621, 'Security Systems Services (except Locksmiths),' aligns with the project description by indicating that security systems are a key component of the Fort Lauderdale International ATCT Phase 1. This suggests the site survey and design will specifically address the integration and requirements for security infrastructure, such as surveillance, access control, alarm systems, or communication networks related to security. While ATCT projects primarily involve air traffic control technology and infrastructure, modern facilities increasingly incorporate comprehensive security measures. This code confirms that the design phase will explicitly consider and plan for these security elements.

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: $32,462

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