DOT's FAA awards $6.9M contract for system operations and mission support to JMA SOLUTIONS LLC
Contract Overview
Contract Amount: $6,914,931 ($6.9M)
Contractor: JMA Solutions LLC
Awarding Agency: Department of Transportation
Start Date: 2020-08-31
End Date: 2025-03-31
Contract Duration: 1,673 days
Daily Burn Rate: $4.1K/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: Other
Official Description: EFAST PA 20-056-NV SYSTEM OPERATIONS STAFF AND MISSION SUPPORT
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20597
Plain-Language Summary
Department of Transportation obligated $6.9 million to JMA SOLUTIONS LLC for work described as: EFAST PA 20-056-NV SYSTEM OPERATIONS STAFF AND MISSION SUPPORT Key points: 1. Contract awarded on a sole-source basis, limiting price competition. 2. The contract spans over five years, indicating a long-term need for services. 3. Services include system operations and mission support, critical for FAA functions. 4. The contract type is Time and Materials, which can pose cost control challenges. 5. The contractor, JMA SOLUTIONS LLC, is the sole awardee. 6. The contract is notated as 'NOT COMPETED UNDER SAP', suggesting it bypassed standard competitive procedures for smaller procurements.
Value Assessment
Rating: questionable
The contract's value of $6.9 million over approximately five years for system operations and mission support appears to be within a reasonable range for specialized federal services. However, the lack of competition and the Time and Materials pricing structure make a direct value-for-money assessment difficult without further benchmarking. Comparing this to similar sole-source contracts for comparable services would be necessary to determine if the pricing is competitive.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. The 'NOT COMPETED UNDER SAP' notation indicates it did not go through the standard competitive bidding process, even for simplified acquisitions. This lack of competition limits the government's ability to leverage market forces to achieve the best possible price and service.
Taxpayer Impact: Taxpayers may not be receiving the best value due to the absence of competitive bidding, potentially leading to higher costs than if multiple vendors had vied for the contract.
Public Impact
The Federal Aviation Administration (FAA) benefits from continuous system operations and mission support, ensuring the smooth functioning of air traffic control and related systems. The services provided are essential for maintaining the safety and efficiency of the national airspace system. The contract's impact is primarily national, supporting critical infrastructure managed by the FAA. The contract supports specialized roles within system operations and mission support, potentially impacting a niche workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pressure on pricing.
- Time and Materials contract type can lead to cost overruns if not closely managed.
- Lack of transparency in the procurement process due to sole-source nature.
Positive Signals
- Contract addresses critical FAA operational needs.
- Long-term duration suggests a stable, ongoing requirement.
- Award to a single entity may indicate specialized expertise.
Sector Analysis
This contract falls within the Engineering Services sector (NAICS 541330), specifically supporting the operational and mission-critical functions of the Federal Aviation Administration. The IT and professional services market for federal agencies is substantial, with significant spending allocated to maintaining and upgrading complex systems. Benchmarking this contract's value would require comparison with other sole-source or limited-competition IT and engineering support contracts within the federal government, particularly those serving aviation or similar critical infrastructure sectors.
Small Business Impact
The contract indicates that small business participation was not a primary consideration, as it was awarded sole-source and the contractor, JMA SOLUTIONS LLC, is not explicitly identified as a small business in the provided data. There is no indication of small business set-aside or subcontracting requirements. This suggests that opportunities for small businesses within this specific procurement were likely minimal.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Transportation's Office of Inspector General, with internal oversight managed by the Federal Aviation Administration contracting officers and program managers. Transparency is limited due to the sole-source nature of the award. Accountability measures would be defined within the contract's terms and conditions, focusing on performance metrics and deliverables.
Related Government Programs
- FAA System Operations Support
- Mission Support Services
- IT Infrastructure Management
- Engineering Services Contracts
Risk Flags
- Sole-source award
- Time and Materials contract type
- Lack of competitive bidding
Tags
transportation, federal-aviation-administration, engineering-services, sole-source, time-and-materials, system-operations, mission-support, district-of-columbia, large-contract, it-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $6.9 million to JMA SOLUTIONS LLC. EFAST PA 20-056-NV SYSTEM OPERATIONS STAFF AND MISSION 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 $6.9 million.
What is the period of performance?
Start: 2020-08-31. End: 2025-03-31.
What is the track record of JMA SOLUTIONS LLC in performing similar federal contracts?
A review of JMA SOLUTIONS LLC's federal contract history would be necessary to assess their performance on similar contracts. Key indicators would include past performance evaluations, any contract disputes or terminations, and the types and scale of services previously provided. Without access to detailed performance data, it is difficult to ascertain their reliability and effectiveness in delivering system operations and mission support. Information from sources like the Federal Procurement Data System (FPDS) or Contractor Performance Assessment Reporting System (CPARS) would be crucial for a comprehensive evaluation of their track record.
How does the pricing of this contract compare to market rates for similar services?
The Time and Materials (T&M) pricing structure makes direct comparison challenging without detailed labor categories, rates, and estimated hours. However, the absence of competition for this sole-source award raises concerns about whether the government secured the most competitive pricing. Benchmarking would involve identifying comparable T&M contracts for system operations and mission support within the FAA or other federal agencies, ideally those that were competitively procured. Analyzing the proposed labor rates against industry standards and the contractor's historical rates, if available, would also provide insights into the value proposition.
What are the primary risks associated with a sole-source Time and Materials contract for critical FAA systems?
The primary risks associated with this contract are twofold. Firstly, the sole-source nature inherently limits price competition, potentially leading to inflated costs for taxpayers. The government has less leverage to negotiate favorable rates when there are no alternative bidders. Secondly, the Time and Materials (T&M) contract type, while flexible, carries a risk of cost overruns if not meticulously managed and monitored. Without clear performance metrics tied to fixed deliverables or strict oversight of labor hours and rates, the total cost can escalate beyond initial estimates. This combination requires robust government oversight to ensure efficient service delivery and cost control.
What is the expected effectiveness of JMA SOLUTIONS LLC in fulfilling the FAA's system operations and mission support needs?
The effectiveness of JMA SOLUTIONS LLC hinges on their demonstrated capabilities and the FAA's oversight. As a sole-source award, the FAA likely identified JMA SOLUTIONS LLC as possessing unique qualifications or being the only viable option for these specific services. The contract's duration (over five years) suggests a belief in their ability to meet ongoing needs. However, effectiveness will ultimately be measured by the contractor's performance against contract requirements, the reliability of the systems they support, and the efficiency of the mission support provided. Regular performance reviews and adherence to service level agreements will be critical indicators.
How does this contract's spending compare to historical FAA spending on similar services?
To assess historical spending patterns, one would need to analyze previous FAA contracts for system operations and mission support, particularly those awarded to JMA SOLUTIONS LLC or other contractors performing similar functions. Comparing the total contract value ($6.9 million) against the duration (approx. 5 years) provides an annual average of roughly $1.4 million. This figure should be benchmarked against prior years' spending on comparable services, considering inflation and any changes in the scope or complexity of FAA operations. A trend analysis of sole-source versus competitively awarded contracts for these services would also be informative.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering 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: $7,311,665
Exercised Options: $6,914,931
Current Obligation: $6,914,931
Actual Outlays: $6,914,931
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: DTFAWA10A00211
IDV Type: BPA
Timeline
Start Date: 2020-08-31
Current End Date: 2025-03-31
Potential End Date: 2025-03-31 00:00:00
Last Modified: 2026-02-10
More Contracts from JMA Solutions LLC
- "provide Program Mgmt, Engineering and Technical Sustainment Support to the Tfms&catmt Programs" Igf::ot::igf — $48.8M (Department of Transportation)
- Efast Fin&anc Igf::ot::igf — $37.3M (Department of Transportation)
- NEW Task Order for Operational Support and Engineering Services — $33.9M (Department of Transportation)
- Efast PA 24-036-NV "professional Engineer and Maintenance Technical Support Services" — $5.4M (Department of Transportation)
- Efast PA 18-059-N8 APP Contractual Support — $4.5M (Department of Transportation)
Other Department of Transportation Contracts
- Dafis UDO Reconstruct W/O Advance — $3.8B (Lockheed Martin Services, LLC)
- THE Purpose of This Delivery Order Award IS to ADD Funding for FTI Telecommunications Services — $1.9B (Harris Corporation)
- Provide Funding for Clin 302 for Pre-Flight and In-Flight Services. Contract Number Dtfawa-05-C-00031, Lockheed Martin. POP 01/16/08-03/31/08 — $1.9B (Leidos, Inc.)
- Center for Advanced Aviation Development (caasd) Ffrdc Mitre — $1.7B (THE Mitre Corporation)
- Dafis UDO Reconstruct W/O Advance — $1.5B (Harris Corporation)