Fort Smith ATCT project awarded $537K for site survey and design, with a 5-bid competition
Contract Overview
Contract Amount: $537,270 ($537.3K)
Contractor: Chickasaw Strategic Pointe, LLC
Awarding Agency: Department of Transportation
Start Date: 2023-04-27
End Date: 2026-05-30
Contract Duration: 1,129 days
Daily Burn Rate: $476/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: ISSUE FUNDING FOR SITE SURVEY AND DESIGN OF OUTDOOR EG WITH SUBBASE TANK AT FORT SMITH, AR (FSM ATCT) JCN: 1500674
Place of Performance
Location: FORT SMITH, SEBASTIAN County, ARKANSAS, 72903
State: Arkansas Government Spending
Plain-Language Summary
Department of Transportation obligated $537,269.63 to CHICKASAW STRATEGIC POINTE, LLC for work described as: ISSUE FUNDING FOR SITE SURVEY AND DESIGN OF OUTDOOR EG WITH SUBBASE TANK AT FORT SMITH, AR (FSM ATCT) JCN: 1500674 Key points: 1. The contract value appears reasonable for site survey and design services. 2. Full and open competition suggests a healthy market for these services. 3. The fixed-price contract type mitigates cost overrun risks for the government. 4. The project duration of 1129 days is substantial for a design phase. 5. This contract supports critical infrastructure upgrades at Fort Smith ATCT.
Value Assessment
Rating: good
The contract value of $537,269.63 for site survey and design is within a typical range for such specialized engineering services. Benchmarking against similar FAA projects for airport facility design and site assessment would provide a more precise value-for-money assessment. However, given the scope, the pricing appears competitive, especially considering the fixed-price nature of the award which shifts risk to the contractor.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple qualified contractors had the opportunity to bid. With 5 bids received, this suggests a competitive marketplace for electrical contractors and wiring installation services. The presence of multiple bidders generally leads to better price discovery and potentially more favorable terms for the government.
Taxpayer Impact: The robust competition for this contract is beneficial for taxpayers, as it likely drove down the final price and ensured the government received competitive proposals for the site survey and design work.
Public Impact
The Federal Aviation Administration (FAA) benefits from improved planning and design for airport facilities. The project will deliver essential site survey and design services for an outdoor electrical generation (EG) subbase tank at Fort Smith ATCT. The geographic impact is localized to Fort Smith, Arkansas, enhancing local airport infrastructure. The contract supports the specialized workforce within the electrical contracting and engineering sectors.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The long contract duration (1129 days) for a design phase could indicate potential for delays or scope creep if not managed effectively.
- Reliance on a single contractor for the design phase might limit opportunities for incorporating diverse technical perspectives.
Positive Signals
- The use of a firm-fixed-price contract type provides cost certainty and incentivizes contractor efficiency.
- The award to Chickasaw Strategic Pointe, LLC, a company with experience in strategic contracting, suggests a potentially reliable partner.
- The competitive bidding process ensures a vetted selection of qualified contractors.
Sector Analysis
This contract falls within the construction and engineering services sector, specifically focusing on electrical contractors and wiring installation. The market for airport infrastructure development and maintenance is significant, driven by ongoing modernization efforts and safety regulations. This project represents a small but crucial component of the broader FAA's capital improvement program, contributing to the operational efficiency and reliability of air traffic control facilities.
Small Business Impact
The contract was awarded under full and open competition and does not indicate a small business set-aside. While the primary contractor is not specified as a small business, the potential for subcontracting opportunities exists within the electrical contracting and wiring installation scope. Further analysis would be needed to determine if small businesses are involved in the subcontracting chain.
Oversight & Accountability
Oversight for this contract will be managed by the Federal Aviation Administration (FAA). As a delivery order under a larger contract, it is subject to the terms and conditions of the base agreement. The firm-fixed-price structure provides a degree of accountability for the contractor to deliver within the agreed budget. Transparency is facilitated through federal contract databases where award details are publicly available.
Related Government Programs
- FAA Airport Improvement Program
- Air Traffic Control Modernization Projects
- Federal Aviation Administration Capital Investments
Risk Flags
- Potential for extended design phase delays.
- Scope creep risk in infrastructure design projects.
Tags
construction, department-of-transportation, federal-aviation-administration, arkansas, delivery-order, full-and-open-competition, firm-fixed-price, electrical-contractors, site-survey, airport-infrastructure, design-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $537,269.63 to CHICKASAW STRATEGIC POINTE, LLC. ISSUE FUNDING FOR SITE SURVEY AND DESIGN OF OUTDOOR EG WITH SUBBASE TANK AT FORT SMITH, AR (FSM ATCT) JCN: 1500674
Who is the contractor on this award?
The obligated recipient is CHICKASAW STRATEGIC POINTE, LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $537,269.63.
What is the period of performance?
Start: 2023-04-27. End: 2026-05-30.
What is the track record of Chickasaw Strategic Pointe, LLC with federal contracts, particularly with the FAA?
Chickasaw Strategic Pointe, LLC has a history of federal contracting, though specific details on their performance with the FAA require deeper investigation. A review of their contract history would reveal the types of services they have provided, their performance ratings on past projects, and any instances of contract disputes or awards. Understanding their past performance is crucial for assessing the risk associated with this current award and ensuring successful project execution. Their experience with similar infrastructure projects, especially those involving electrical systems and site design, would be particularly relevant.
How does the awarded amount compare to similar site survey and design contracts for airport facilities?
The awarded amount of $537,269.63 for site survey and design of an outdoor EG with subbase tank at Fort Smith ATCT needs to be benchmarked against comparable projects. Factors such as the size and complexity of the airport, the specific technical requirements of the electrical system, and the geographic location can influence costs. A comparative analysis with other FAA contracts for similar scope and scale would reveal if this pricing is competitive or if it represents a potential overpayment or significant cost savings for the government. Without direct comparable data, it's difficult to definitively assess value for money.
What are the primary risks associated with this contract, and how are they being mitigated?
The primary risks associated with this contract include potential delays in the design phase due to the extended duration (1129 days), scope creep, and unforeseen technical challenges during the site survey. Mitigation strategies include the firm-fixed-price contract type, which incentivizes the contractor to manage costs and timelines efficiently. The FAA's oversight and project management will be critical in monitoring progress, managing scope changes, and ensuring adherence to technical specifications. The competitive bidding process also helps mitigate risk by selecting a contractor with demonstrated capabilities.
How effective is the competition level (5 bidders) in ensuring optimal pricing and quality for this type of specialized service?
A competition level of 5 bidders is generally considered healthy for specialized services like site survey and design. This number suggests sufficient market interest and capability without being so broad as to be unmanageable. It provides a strong basis for price discovery, allowing the FAA to select a proposal that offers the best value, balancing cost with technical merit. While more bidders could theoretically drive prices lower, 5 bidders typically indicate a competitive environment that prevents single-source dominance and encourages quality offerings.
What is the historical spending pattern for similar site survey and design services at FAA facilities?
Analyzing historical spending patterns for similar site survey and design services at FAA facilities is essential for context. This involves examining past contract awards for electrical infrastructure design, site assessments, and related engineering services at other air traffic control towers or airport facilities. Understanding the average cost per project, the typical duration, and the range of awarded values can help determine if the current $537,269.63 award is an outlier or consistent with past investments. Significant deviations from historical norms might warrant further investigation into the specific project requirements or market conditions.
Industry Classification
NAICS: Construction › Building Equipment Contractors › Electrical Contractors and Other Wiring Installation Contractors
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2600 JOHN SAXON BLVD STE 2209, NORMAN, OK, 73071
Business Categories: 8(a) Program Participant, American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, Government, HUBZone Firm, Native American Tribal Government, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $537,270
Exercised Options: $537,270
Current Obligation: $537,270
Actual Outlays: $33,349
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $37,811
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 6973GH22D00008
IDV Type: IDC
Timeline
Start Date: 2023-04-27
Current End Date: 2026-05-30
Potential End Date: 2026-05-30 00:00:00
Last Modified: 2026-04-10
More Contracts from Chickasaw Strategic Pointe, LLC
- Health Information Technology Systems&support (hitss) Interoperability Platform&application Suite Software Engineering&development Life Cycle Support Services — $26.2M (Department of Health and Human Services)
- Credit Reform Accounting and Financial Statement Support Services — $18.3M (Department of Agriculture)
- Jwcc Engineering and PMO Support — $14.9M (Department of Defense)
- Records Support Management Services — $9.5M (Department of Justice)
- Capital Planning and Investment Control Program Support Services — $6.6M (Department of Health and Human Services)
View all Chickasaw Strategic Pointe, LLC federal contracts →
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)