DOT's FAA awards $4.5M contract for contractual support to JMA SOLUTIONS LLC, a sole-source procurement

Contract Overview

Contract Amount: $4,541,864 ($4.5M)

Contractor: JMA Solutions LLC

Awarding Agency: Department of Transportation

Start Date: 2018-07-18

End Date: 2025-12-19

Contract Duration: 2,711 days

Daily Burn Rate: $1.7K/day

Competition Type: NOT COMPETED UNDER SAP

Number of Offers Received: 1

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: EFAST PA 18-059-N8 APP CONTRACTUAL SUPPORT

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20591

State: District of Columbia Government Spending

Plain-Language Summary

Department of Transportation obligated $4.5 million to JMA SOLUTIONS LLC for work described as: EFAST PA 18-059-N8 APP CONTRACTUAL SUPPORT Key points: 1. Contract awarded on a sole-source basis, limiting competitive price discovery. 2. The contract type is Time and Materials, which can pose cost control risks. 3. Performance period extends over seven years, indicating a long-term need. 4. The contractor, JMA SOLUTIONS LLC, is the sole awardee. 5. The contract is for engineering services, supporting the FAA's operational needs. 6. The value of the contract is approximately $4.5 million over its duration.

Value Assessment

Rating: questionable

The contract's value of $4.5 million over seven years for contractual support services appears to be within a reasonable range for specialized engineering services. However, without a competitive bidding process, it is difficult to benchmark the pricing against market rates or determine if the government received the best possible value. The Time and Materials pricing structure also introduces potential for cost overruns if not closely managed.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed under SAP (Simplified Acquisition Procedures) and was awarded as a sole-source procurement. This means that only one vendor, JMA SOLUTIONS LLC, was solicited and awarded the contract. The lack of competition raises concerns about whether the government explored all available options to secure the most cost-effective solution and potentially missed out on innovative approaches or better pricing from other qualified firms.

Taxpayer Impact: Sole-source awards mean taxpayers may not benefit from the cost savings typically achieved through a competitive bidding process, potentially leading to higher overall expenditure for these services.

Public Impact

The Federal Aviation Administration (FAA) benefits from this contract through dedicated contractual support services. These services are crucial for the efficient operation and management of FAA programs. The contract's impact is primarily within the federal government's administrative and operational functions. The workforce implications are likely related to the contractor's personnel providing specialized support to the FAA.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Engineering Services sector, specifically supporting government administrative and operational functions. The market for such services is broad, encompassing firms that provide specialized expertise in contract management, program support, and regulatory compliance. Benchmarking comparable spending is challenging due to the sole-source nature and specific support requirements, but general engineering services contracts can range from thousands to millions of dollars depending on scope and duration.

Small Business Impact

This contract does not appear to have a small business set-aside component, as indicated by 'sb': false. There is no information provided regarding subcontracting plans or their impact on the small business ecosystem. The sole-source nature of the award further limits opportunities for small businesses to participate in this specific contract.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and program officials within the Federal Aviation Administration. Accountability measures would be defined in the contract terms and conditions, including performance standards and reporting requirements. Transparency is limited due to the sole-source nature of the award, with less public visibility compared to competitively awarded contracts. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

engineering-services, department-of-transportation, federal-aviation-administration, sole-source, time-and-materials, contractual-support, bpa-call, district-of-columbia, large-contract, federal-agency

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $4.5 million to JMA SOLUTIONS LLC. EFAST PA 18-059-N8 APP CONTRACTUAL SUPPORT

Who is the contractor on this award?

The obligated recipient is JMA SOLUTIONS LLC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $4.5 million.

What is the period of performance?

Start: 2018-07-18. End: 2025-12-19.

What is the track record of JMA SOLUTIONS LLC in performing similar contractual support services for federal agencies?

Information regarding JMA SOLUTIONS LLC's specific track record for similar contractual support services is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and client feedback. Federal procurement databases and contractor performance systems often contain such information, which is crucial for evaluating the contractor's ability to meet the FAA's requirements effectively and efficiently. Without this data, it's difficult to ascertain their experience level and past success in delivering comparable services.

How does the pricing structure of this Time and Materials contract compare to industry benchmarks for similar engineering services?

The provided data does not include specific labor rates or material costs, making a direct comparison to industry benchmarks for this Time and Materials contract challenging. Time and Materials contracts are inherently variable, and their value is highly dependent on the hours worked and resources consumed. To assess value, one would need to compare the loaded hourly rates for various labor categories against market data for engineering services in the Washington D.C. area, as well as scrutinize the justification for the necessity of materials and their markups. The absence of competitive bidding further complicates a definitive value assessment.

What are the primary risks associated with a sole-source Time and Materials contract for contractual support?

The primary risks associated with a sole-source Time and Materials contract for contractual support include potential cost overruns due to the lack of competitive pricing pressure and the inherent variability of T&M structures. A sole-source award means the government did not explore other vendors, potentially missing out on better value or innovative solutions. The T&M nature means costs are directly tied to labor hours and materials used, which can escalate if not meticulously monitored and controlled by the government. Scope creep is also a significant risk, as it can lead to increased hours and costs without a corresponding increase in the contract's overall value or benefit to the agency.

What specific performance metrics or deliverables are expected under this contract to ensure program effectiveness?

The provided data does not specify the performance metrics or deliverables for this contract. Typically, such details would be outlined in the Statement of Work (SOW) or Performance Work Statement (PWS) attached to the contract. These documents would define the scope of work, expected outcomes, quality standards, and reporting requirements. For contractual support services, metrics might include timeliness of report submission, accuracy of documentation, responsiveness to requests, and overall contribution to the efficiency of FAA operations. Effective oversight by the FAA would involve regular performance reviews against these defined metrics.

What is the historical spending pattern for similar contractual support services within the Federal Aviation Administration?

The provided data does not offer historical spending patterns for similar contractual support services within the FAA. To establish such a pattern, one would need to analyze past contracts for contractual support, engineering services, or program management assistance awarded by the FAA over several fiscal years. This analysis would involve identifying contract values, durations, award types (competitive vs. sole-source), and the nature of services provided. Understanding historical spending can help contextualize the current $4.5 million award, identify trends, and inform future procurement strategies to ensure cost-effectiveness and value for taxpayer money.

Are there any specific justifications documented for awarding this contract on a sole-source basis?

The provided data indicates the contract was 'NOT COMPETED UNDER SAP' and was awarded as a 'BPA CALL', suggesting it might have originated from a pre-existing Blanket Purchase Agreement. However, the specific justification for a sole-source award is not detailed. Federal regulations require a justification for sole-source procurements, often citing reasons such as urgency, unique capabilities of the vendor, or lack of market availability. Without access to the contract file or justification documentation, it is impossible to confirm the specific rationale behind awarding this contract without competition.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: NOT COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 1

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 600 MARYLAND AVE SW STE 800E, WASHINGTON, DC, 20024

Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Small Disadvantaged Business, Sole Proprietorship, Special Designations, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business

Financial Breakdown

Contract Ceiling: $6,001,994

Exercised Options: $4,541,864

Current Obligation: $4,541,864

Actual Outlays: $4,021,492

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: DTFAWA10A00211

IDV Type: BPA

Timeline

Start Date: 2018-07-18

Current End Date: 2025-12-19

Potential End Date: 2026-06-19 00:00:00

Last Modified: 2026-01-06

More Contracts from JMA Solutions LLC

View all JMA Solutions LLC federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending