FAA Modernizes VCS with $53M IP-Capable Upgrade from Frequentis USA, Inc

Contract Overview

Contract Amount: $53,084,759 ($53.1M)

Contractor: Frequentis USA, Inc

Awarding Agency: Department of Transportation

Start Date: 2025-03-01

End Date: 2026-03-31

Contract Duration: 395 days

Daily Burn Rate: $134.4K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: TIME AND MATERIALS

Sector: IT

Official Description: PROJECT LIFT VCS LETTER CONTRACT FOR MODERNIZATION OF FAA VCS' IN THE NAS WHICH INCLUDES REPLACEMENT OF VCS' DEPENDENT ON TDM TECHNOLOGY TO VCS' THAT ARE IP CAPABLE.

Place of Performance

Location: COLUMBIA, HOWARD County, MARYLAND, 21046

State: Maryland Government Spending

Plain-Language Summary

Department of Transportation obligated $53.1 million to FREQUENTIS USA, INC for work described as: PROJECT LIFT VCS LETTER CONTRACT FOR MODERNIZATION OF FAA VCS' IN THE NAS WHICH INCLUDES REPLACEMENT OF VCS' DEPENDENT ON TDM TECHNOLOGY TO VCS' THAT ARE IP CAPABLE. Key points: 1. Significant investment in critical FAA infrastructure modernization. 2. Sole-source award to Frequentis USA, Inc. raises competition concerns. 3. Contract focuses on replacing TDM-dependent technology with IP-capable solutions. 4. Potential for improved network efficiency and future scalability.

Value Assessment

Rating: questionable

The contract value of $53.1M for a 15-month duration appears high, especially given the sole-source nature. Benchmarking against similar modernization efforts for critical communication systems is difficult without competitive data.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

The contract was not competed, indicating a sole-source award. This limits price discovery and potentially leads to higher costs for taxpayers. The justification for sole-source is not provided.

Taxpayer Impact: The lack of competition may result in taxpayers paying a premium for this essential system upgrade.

Public Impact

Enhances the reliability and capability of the National Airspace System (NAS). Modernizes critical communication infrastructure, improving safety and efficiency. Potential for reduced maintenance costs and increased system lifespan.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the IT and Telecommunications sector, specifically for specialized communication systems. Spending benchmarks for similar sole-source modernization projects are difficult to establish due to the unique nature of such upgrades.

Small Business Impact

No information is available regarding small business participation in this contract. The sole-source nature may limit opportunities for small businesses to participate in this significant modernization effort.

Oversight & Accountability

Oversight will be crucial to ensure the project stays within budget and meets performance requirements, especially given the sole-source award. The FAA's contracting office will be responsible for monitoring progress and deliverables.

Related Government Programs

Risk Flags

Tags

telephone-apparatus-manufacturing, department-of-transportation, md, definitive-contract, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $53.1 million to FREQUENTIS USA, INC. PROJECT LIFT VCS LETTER CONTRACT FOR MODERNIZATION OF FAA VCS' IN THE NAS WHICH INCLUDES REPLACEMENT OF VCS' DEPENDENT ON TDM TECHNOLOGY TO VCS' THAT ARE IP CAPABLE.

Who is the contractor on this award?

The obligated recipient is FREQUENTIS USA, INC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $53.1 million.

What is the period of performance?

Start: 2025-03-01. End: 2026-03-31.

What is the justification for the sole-source award, and were any market research efforts conducted to identify potential competitors?

The provided data does not include the justification for the sole-source award or details on market research. Typically, sole-source contracts are awarded when only one responsible source can provide the required supplies or services. Without this information, it's impossible to assess if alternative solutions or competitors were overlooked, potentially impacting value for money.

How does the per-unit cost of this modernization compare to similar projects, and what cost controls are in place?

A direct per-unit cost comparison is not feasible without detailed breakdowns of the system components and their associated costs. Given the sole-source nature, robust cost controls and independent government cost estimates are essential to mitigate the risk of overpayment. The contract type (Time and Materials) also requires careful monitoring to prevent scope creep and uncontrolled cost escalation.

What are the key performance indicators (KPIs) for this modernization, and how will their achievement be measured to ensure effectiveness?

The data does not specify the key performance indicators (KPIs) for this contract. Effective oversight would require clearly defined KPIs related to system performance, reliability, interoperability, and user satisfaction. Regular performance reviews and independent testing would be necessary to verify that the modernization meets its objectives and delivers the expected improvements to the NAS.

Industry Classification

NAICS: ManufacturingCommunications Equipment ManufacturingTelephone Apparatus Manufacturing

Product/Service Code: IT AND TELECOM - NETWORK

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Offers Received: 1

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 8661 ROBERT FULTON DR STE 100, COLUMBIA, MD, 21046

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Manufacturer of Goods, Not Designated a Small Business, Special Designations

Financial Breakdown

Contract Ceiling: $53,084,759

Exercised Options: $53,084,759

Current Obligation: $53,084,759

Actual Outlays: $20,029,578

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2025-03-01

Current End Date: 2026-03-31

Potential End Date: 2026-06-30 00:00:00

Last Modified: 2026-01-29

More Contracts from Frequentis USA, Inc

View all Frequentis USA, Inc federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending