DOT awards $3.5M for Air Traffic Organization operations support and engineering services to JMA Solutions LLC

Contract Overview

Contract Amount: $3,534,617 ($3.5M)

Contractor: JMA Solutions LLC

Awarding Agency: Department of Transportation

Start Date: 2025-12-19

End Date: 2031-01-06

Contract Duration: 1,844 days

Daily Burn Rate: $1.9K/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 3

Pricing Type: TIME AND MATERIALS

Sector: Transportation

Official Description: NEW CONTRACT TO PROVIDE THE AIR TRAFFIC ORGANIZATION, SPECIFICALLY THE NATIONAL AIRSPACE SYSTEM DEFENSE PROGRAMS PROGRAM OFFICE, WITH OPERATIONS SUPPORT AND ENGINEERING SERVICES

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20024

State: District of Columbia Government Spending

Plain-Language Summary

Department of Transportation obligated $3.5 million to JMA SOLUTIONS LLC for work described as: NEW CONTRACT TO PROVIDE THE AIR TRAFFIC ORGANIZATION, SPECIFICALLY THE NATIONAL AIRSPACE SYSTEM DEFENSE PROGRAMS PROGRAM OFFICE, WITH OPERATIONS SUPPORT AND ENGINEERING SERVICES Key points: 1. Contract focuses on critical operations support and engineering for the National Airspace System Defense Programs. 2. JMA Solutions LLC, a new entrant in this specific program office, will provide services. 3. The contract utilizes a Time and Materials pricing structure, which can pose cost control challenges. 4. Performance period extends over six years, indicating a long-term need for these services. 5. The award was made under Simplified Acquisition Procedures (SAP), suggesting a focus on smaller contract values. 6. The contract is a BPA Call, indicating it's an order against an existing Blanket Purchase Agreement.

Value Assessment

Rating: fair

The contract value of $3.5 million over approximately six years suggests a moderate annual spend. Benchmarking this against similar operations support and engineering contracts within the FAA or other government agencies is difficult without more specific service details. The Time and Materials (T&M) pricing model, while flexible, can lead to cost overruns if not closely managed, potentially impacting overall value for money. Further analysis of the specific tasks and deliverables would be needed to definitively assess value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This contract was competed under Simplified Acquisition Procedures (SAP), which typically involves a limited number of bidders compared to full and open competition. The data indicates it was a BPA Call, meaning it was likely an order against an existing Blanket Purchase Agreement. The number of bidders is not explicitly stated, but SAP and BPA calls generally suggest a more streamlined, potentially less competitive process than larger contract vehicles.

Taxpayer Impact: A limited competition process under SAP may result in less aggressive pricing compared to a full and open competition, potentially leading to higher costs for taxpayers. However, the smaller contract value might mitigate significant overspending.

Public Impact

The primary beneficiary is the Air Traffic Organization, specifically the National Airspace System Defense Programs Program Office. Services delivered include operations support and engineering, crucial for maintaining and enhancing air traffic systems. The geographic impact is national, as the FAA oversees the entire U.S. airspace. Workforce implications may include the direct employment of personnel by JMA Solutions LLC to fulfill the contract requirements.

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 operations related to national infrastructure. The market for such services is substantial, with agencies like the FAA consistently requiring specialized engineering and operational support to manage complex systems like the National Airspace System. Comparable spending benchmarks would involve looking at other large-scale engineering support contracts within transportation and defense-related agencies.

Small Business Impact

The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, it does not directly contribute to small business set-aside goals. There is no information provided on subcontracting plans, so the impact on the small business ecosystem through subcontracting is unknown.

Oversight & Accountability

Oversight for this contract would primarily reside with the Federal Aviation Administration (FAA) contracting officers and program managers. Accountability measures would be defined within the contract's Statement of Work and performance metrics. Transparency is facilitated through contract databases like FPDS, where basic award information is publicly available. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

transportation, federal-aviation-administration, engineering-services, operations-support, air-traffic-management, jma-solutions-llc, time-and-materials, bpa-call, district-of-columbia, competed-under-sap, national-airspace-system

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $3.5 million to JMA SOLUTIONS LLC. NEW CONTRACT TO PROVIDE THE AIR TRAFFIC ORGANIZATION, SPECIFICALLY THE NATIONAL AIRSPACE SYSTEM DEFENSE PROGRAMS PROGRAM OFFICE, WITH OPERATIONS SUPPORT AND ENGINEERING SERVICES

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 $3.5 million.

What is the period of performance?

Start: 2025-12-19. End: 2031-01-06.

What is the track record of JMA Solutions LLC with the Federal Aviation Administration or similar agencies?

Information on JMA Solutions LLC's specific track record with the Federal Aviation Administration (FAA) or similar agencies is not detailed in the provided data. As this is a BPA Call award, it's possible the company has existing contracts or has been vetted through the BPA process. A deeper dive into contract databases would be necessary to ascertain their past performance, contract history, and any performance ratings or past performance questionnaires associated with the company. Understanding their experience with similar government operations support and engineering services is crucial for assessing risk and ensuring successful contract execution.

How does the annual value of this contract compare to similar operations support and engineering contracts within the FAA?

The annual value of this contract, approximately $589,000 ($3.5M / ~6 years), appears moderate for specialized engineering and operations support within a major agency like the FAA. However, a direct comparison is challenging without knowing the specific scope of work and deliverables. Contracts for large-scale system engineering, software development, or major infrastructure projects within the FAA can range from millions to billions of dollars annually. This contract's value suggests it's focused on a specific program office (National Airspace System Defense Programs) and may involve more targeted support rather than broad system-wide initiatives. Benchmarking would require identifying contracts with similar service descriptions and performance periods.

What are the primary risks associated with the Time and Materials (T&M) pricing structure for this contract?

The primary risk with a Time and Materials (T&M) pricing structure is the potential for cost overruns. Unlike fixed-price contracts, T&M contracts reimburse the contractor for direct labor hours at specified hourly rates and for the actual cost of materials. This means the total cost is not capped upfront and can increase if the project takes longer than anticipated or if more resources are consumed. For the government, this necessitates robust oversight, detailed tracking of labor hours, and strict management of material costs to ensure the contractor is efficient and that the final cost remains reasonable and within budget expectations. Without diligent monitoring, T&M contracts can become significantly more expensive than initially projected.

What is the expected effectiveness of JMA Solutions LLC in delivering operations support and engineering services for the National Airspace System Defense Programs?

The expected effectiveness of JMA Solutions LLC hinges on their technical expertise, project management capabilities, and understanding of the National Airspace System (NAS) environment. As the contract is for operations support and engineering services, their ability to maintain system integrity, implement necessary upgrades, and provide timely technical assistance will be critical. The FAA's selection of JMA Solutions LLC implies they met the required qualifications during the procurement process. However, ongoing performance monitoring, adherence to service level agreements (SLAs), and successful delivery of engineering solutions will be key indicators of their effectiveness throughout the contract's duration.

How has federal spending on engineering services for air traffic management evolved over the past five years?

Federal spending on engineering services for air traffic management has likely seen consistent investment, driven by the continuous need to modernize and maintain the National Airspace System (NAS). Agencies like the FAA allocate significant funds towards ensuring the safety, efficiency, and capacity of air travel. This spending typically covers areas such as system upgrades, software development, infrastructure maintenance, and research into future air traffic technologies. While specific figures for 'engineering services for air traffic management' can be difficult to isolate from broader FAA budgets, overall spending in this domain is generally stable to increasing, reflecting the critical nature of aviation infrastructure and the ongoing technological advancements required to support it.

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: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 3

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: $27,311,064

Exercised Options: $3,534,617

Current Obligation: $3,534,617

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: DTFAWA10A00211

IDV Type: BPA

Timeline

Start Date: 2025-12-19

Current End Date: 2031-01-06

Potential End Date: 2031-01-06 00:00:00

Last Modified: 2026-04-03

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