DOT awards $4.6M for FAA's MMAC Phase 1.2 security systems, with M.C. Dean Inc. as prime

Contract Overview

Contract Amount: $4,612,485 ($4.6M)

Contractor: M. C. Dean, Inc.

Awarding Agency: Department of Transportation

Start Date: 2024-01-02

End Date: 2027-12-31

Contract Duration: 1,459 days

Daily Burn Rate: $3.2K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: MIKE MONRONEY AERONAUTICAL CENTER (MMAC) PHASE 1.2 (SITE SURVEY/DESIGN)

Place of Performance

Location: MCLEAN, FAIRFAX County, VIRGINIA, 22102

State: Virginia Government Spending

Plain-Language Summary

Department of Transportation obligated $4.6 million to M. C. DEAN, INC. for work described as: MIKE MONRONEY AERONAUTICAL CENTER (MMAC) PHASE 1.2 (SITE SURVEY/DESIGN) Key points: 1. Contract value appears reasonable for a site survey and design phase of a security system upgrade. 2. Full and open competition suggests a healthy market for these specialized services. 3. Fixed-price contract type shifts performance risk to the contractor. 4. Contract duration of nearly four years allows for phased implementation and potential adjustments. 5. The contract falls within the Security Systems Services category, indicating specialized technical requirements. 6. This award is part of ongoing modernization efforts at a key FAA facility.

Value Assessment

Rating: good

The contract value of $4.6 million for a site survey and design phase seems appropriate given the scope of work for a major federal facility like the Mike Monroney Aeronautical Center. Benchmarking against similar security system design contracts is challenging without more specific details on the complexity and scale of the MMAC facility. However, the fixed-price nature of the award suggests that the government has a clear understanding of the requirements and has negotiated a price that aims to provide good value, assuming the contractor can deliver within the agreed-upon terms.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple capable vendors were likely solicited and had the opportunity to bid. This approach generally fosters a competitive environment, encouraging bidders to offer their best pricing and technical solutions to win the contract. The specific number of bidders is not provided, but the 'full and open' designation suggests a robust competition.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it typically leads to more competitive pricing and a wider range of innovative solutions, maximizing the value received for public funds.

Public Impact

The primary beneficiary is the Federal Aviation Administration (FAA), which will receive updated security system designs for the Mike Monroney Aeronautical Center. The services delivered include site surveys and design work, crucial for modernizing and enhancing the security infrastructure of a critical federal facility. The geographic impact is concentrated at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. The contract supports specialized technical roles in security system design and analysis, potentially involving engineers and technical consultants.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Security Systems Services sector, a niche within the broader professional, scientific, and technical services industry. This sector involves the design, installation, and maintenance of electronic security systems, access control, surveillance, and alarm systems. The market is characterized by specialized expertise and evolving technology. Comparable spending benchmarks for security system design at large federal facilities can vary significantly based on the size and specific security needs of the installation.

Small Business Impact

The contract data indicates that small business participation (ss and sb fields) is not a primary focus for this specific award, as both are marked as false. There is no explicit small business set-aside mentioned. Therefore, the direct impact on small businesses through this prime contract is likely minimal, unless M.C. Dean, Inc. plans to subcontract portions of the work to small businesses, which is not detailed in the provided data.

Oversight & Accountability

Oversight for this contract will likely be managed by the Federal Aviation Administration (FAA) contracting officers and program managers. Accountability measures are embedded in the firm-fixed-price contract type, which obligates the contractor to deliver the specified design services within the agreed budget. Transparency is generally maintained through federal procurement databases like FPDS, where contract awards are reported. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

transportation, federal-aviation-administration, security-systems-services, design-services, firm-fixed-price, full-and-open-competition, mike-monroney-aeronautical-center, m-c-dean-inc, virginia, delivery-order

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $4.6 million to M. C. DEAN, INC.. MIKE MONRONEY AERONAUTICAL CENTER (MMAC) PHASE 1.2 (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 $4.6 million.

What is the period of performance?

Start: 2024-01-02. End: 2027-12-31.

What is the track record of M.C. Dean, Inc. with the Federal Aviation Administration and Department of Transportation?

M.C. Dean, Inc. has a significant history of contracting with federal agencies, including the Department of Transportation and its various sub-agencies like the FAA. Their portfolio often includes large-scale electrical, mechanical, and security system installations and upgrades for federal facilities. Reviewing past performance evaluations and contract history with these specific agencies would provide insight into their reliability, quality of work, and adherence to schedules and budgets on similar projects. A detailed analysis would involve examining contract close-out reports and any documented performance issues or commendations from previous DOT/FAA engagements to assess their suitability for this specific security systems design contract.

How does the $4.6 million value compare to similar security system design contracts for large federal facilities?

Benchmarking the $4.6 million value requires comparing it against contracts for site surveys and design phases of security systems at facilities of comparable size and complexity to the Mike Monroney Aeronautical Center. The FAA's MMAC is a significant operational hub, suggesting complex security needs. Without specific details on the scope (e.g., square footage, number of access points, types of security technologies involved), a precise comparison is difficult. However, for large federal installations, design and survey phases can represent a substantial portion of the overall project cost, especially if advanced technologies like integrated surveillance, biometric access, and sophisticated intrusion detection are being considered. The value appears reasonable if it encompasses a comprehensive assessment and detailed design for a facility of this scale.

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

The primary risks include potential scope creep if the site survey reveals unforeseen complexities, leading to increased costs or delays. Another risk is the contractor's ability to accurately assess current systems and design effective, future-proof solutions. Technology obsolescence is also a concern given the contract duration. Mitigation strategies include the firm-fixed-price contract type, which shifts cost overrun risk to the contractor. Clear definition of the Statement of Work (SOW) and robust oversight by the FAA are crucial for managing scope. The contractor's experience and the competitive bidding process help mitigate the risk of poor design quality. Phased reviews during the design process can also help identify and address issues early.

What is the expected effectiveness of the security system design resulting from this contract?

The effectiveness of the resulting security system design hinges on the thoroughness of the site survey and the expertise of M.C. Dean, Inc. in identifying vulnerabilities and incorporating state-of-the-art security technologies relevant to the FAA's mission. A well-executed design should enhance physical security, improve operational efficiency through integrated systems, and provide robust protection against threats. The FAA's review and approval process throughout the design phase will be critical in ensuring the design meets operational requirements and security standards. Ultimately, the design's effectiveness will be realized during the subsequent implementation phase and its ability to protect personnel, assets, and critical infrastructure at the MMAC.

How has federal spending on security systems services evolved, and where does this contract fit?

Federal spending on security systems services has generally trended upwards, driven by increasing security threats, technological advancements, and the need to protect critical infrastructure and sensitive government information. Agencies across the government continually invest in upgrading aging systems and implementing new technologies for access control, surveillance, cybersecurity, and physical security. This $4.6 million contract for the FAA's MMAC fits within this broader trend of modernization and enhanced security. It represents a specific investment in ensuring the physical security of a vital aeronautical center, aligning with the government's overall commitment to maintaining secure facilities.

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: $4,612,485

Exercised Options: $4,612,485

Current Obligation: $4,612,485

Actual Outlays: $1,294,267

Subaward Activity

Number of Subawards: 3

Total Subaward Amount: $206,205

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: 2027-12-31

Potential End Date: 2027-12-31 00:00:00

Last Modified: 2026-03-23

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