Eaton Corporation awarded $7.8M contract for depot logistics support to FAA, a sole-source procurement
Contract Overview
Contract Amount: $7,808,443 ($7.8M)
Contractor: Eaton Corporation
Awarding Agency: Department of Transportation
Start Date: 2024-04-26
End Date: 2025-04-30
Contract Duration: 369 days
Daily Burn Rate: $21.2K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CONTRACTOR DEPOT LOGISTICS SUPPORT (CDLS) TO PROVIDE DEPOT LEVEL REPAIR, SPARING, FULL MAINTENANCE AND ENGINEERING SUPPORT.
Place of Performance
Location: RALEIGH, WAKE County, NORTH CAROLINA, 27615
Plain-Language Summary
Department of Transportation obligated $7.8 million to EATON CORPORATION for work described as: CONTRACTOR DEPOT LOGISTICS SUPPORT (CDLS) TO PROVIDE DEPOT LEVEL REPAIR, SPARING, FULL MAINTENANCE AND ENGINEERING SUPPORT. Key points: 1. Contract awarded to a single vendor, raising questions about price competitiveness. 2. Focus on depot-level repair and engineering support for critical equipment. 3. Limited competition suggests potential for higher costs compared to an open market. 4. Contract duration of 369 days indicates a short-term need for services. 5. Fixed-price contract type aims to control costs, but initial pricing needs scrutiny. 6. Geographic focus on North Carolina for depot operations.
Value Assessment
Rating: questionable
The contract value of $7.8 million for depot-level repair and engineering support appears significant. Without comparable sole-source contracts or detailed cost breakdowns, it is difficult to benchmark the value for money. The lack of competition inherently limits the ability to assess if the pricing reflects market rates or if it is inflated due to the absence of bidding. Further analysis of historical pricing for similar services from Eaton or other vendors would be necessary to provide a more definitive assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one vendor, Eaton Corporation, was solicited. This approach bypasses the standard competitive bidding process. While sole-source awards can be justified in specific circumstances (e.g., unique capabilities, urgent needs), they typically result in less price discovery and potentially higher costs for the government compared to full and open competition with multiple bidders.
Taxpayer Impact: The lack of competition means taxpayers may not be receiving the best possible price for these essential depot logistics services. The government did not benefit from the downward pressure on pricing that multiple bids would likely generate.
Public Impact
The Federal Aviation Administration (FAA) benefits from this contract by ensuring continued depot-level repair, sparing, and engineering support for critical equipment. Services delivered include full maintenance and engineering support, crucial for maintaining the operational readiness of aviation systems. The geographic impact is centered in North Carolina, where the depot operations will likely be conducted. Workforce implications may include the utilization of specialized technicians and engineers, potentially employed by Eaton Corporation or its subcontractors.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition and potentially increases costs for taxpayers.
- Lack of transparency in the procurement process due to non-competitive nature.
- Potential for vendor lock-in if specialized knowledge or equipment is proprietary.
- Short contract duration may lead to frequent re-procurement costs and instability.
Positive Signals
- Eaton Corporation is a known entity, potentially offering established expertise in the required services.
- Firm Fixed Price contract type provides cost certainty for the government.
- Focus on essential depot-level support ensures critical aviation infrastructure remains functional.
Sector Analysis
The Federal Aviation Administration (FAA) operates within the broader transportation sector, with a significant IT and maintenance component. This contract for depot logistics support falls under the category of specialized repair and maintenance services for electronic and precision equipment. The market for such services is often characterized by a mix of large original equipment manufacturers (OEMs) like Eaton Corporation and specialized third-party maintenance providers. Benchmarking this contract's value is challenging without comparative data on similar sole-source awards or competitive bids for depot-level support within the aviation industry.
Small Business Impact
This contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses. The award to a large corporation like Eaton suggests that the primary focus was on securing specialized capabilities rather than promoting small business participation. This contract does not appear to directly benefit the small business ecosystem.
Oversight & Accountability
Oversight for this contract will likely fall under the Federal Aviation Administration's contracting and program management offices. Accountability measures are inherent in the firm-fixed-price structure, which obligates the contractor to deliver specified services at an agreed-upon price. Transparency is limited due to the sole-source nature of the award. The Inspector General for the Department of Transportation may have jurisdiction for audits and investigations if any concerns regarding fraud, waste, or abuse arise.
Related Government Programs
- Federal Aviation Administration Maintenance Contracts
- Department of Transportation Logistics Support
- Depot Level Repair Services
- Electronic Equipment Maintenance Contracts
Risk Flags
- Sole-source procurement
- Lack of competitive bidding
- Potential for inflated pricing
- Limited transparency
Tags
transportation, federal-aviation-administration, eaton-corporation, sole-source, firm-fixed-price, depot-logistics-support, repair-and-maintenance, north-carolina, large-business, non-competed
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $7.8 million to EATON CORPORATION. CONTRACTOR DEPOT LOGISTICS SUPPORT (CDLS) TO PROVIDE DEPOT LEVEL REPAIR, SPARING, FULL MAINTENANCE AND ENGINEERING SUPPORT.
Who is the contractor on this award?
The obligated recipient is EATON CORPORATION.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $7.8 million.
What is the period of performance?
Start: 2024-04-26. End: 2025-04-30.
What is Eaton Corporation's track record with the Federal Aviation Administration and other government agencies for similar depot logistics support?
Eaton Corporation has a history of providing various products and services to government agencies, including the Department of Defense and potentially other branches of the Department of Transportation. For the FAA specifically, their track record would need to be examined through contract databases like FPDS or SAM.gov to identify past awards for depot-level repair, maintenance, and engineering support. A review of past performance evaluations, if publicly available, would offer insights into their reliability, quality of service, and adherence to schedules and budgets on previous contracts. Without specific data on prior FAA contracts, it's difficult to definitively assess their established performance in this precise area.
How does the $7.8 million contract value compare to similar depot logistics support contracts awarded competitively by the FAA or other agencies?
Benchmarking this $7.8 million sole-source contract against competitively awarded contracts is challenging. Sole-source procurements often lack the price transparency and competitive pressure found in open competitions, potentially leading to higher unit costs or overall contract values. To assess value for money, one would need to identify comparable contracts for depot-level repair, sparing, and engineering support for similar types of electronic and precision equipment. Analyzing the scope of work, duration, and number of bidders on those competitive contracts would provide a basis for comparison. If comparable competitive contracts show significantly lower prices for similar services, it would raise concerns about the value received in this sole-source award.
What are the specific risks associated with a sole-source award for critical depot logistics support?
The primary risk of a sole-source award for critical depot logistics support is the lack of price competition, which can lead to inflated costs for the government and taxpayers. Without multiple bids, there is less incentive for the contractor to offer the most competitive pricing. Another risk is potential vendor lock-in, where the government becomes dependent on a single provider, especially if the contractor possesses unique intellectual property or specialized knowledge. This dependence can limit future flexibility and bargaining power. Furthermore, the absence of a competitive process can sometimes reduce the impetus for innovation and continuous improvement that often arises from market competition.
What is the expected effectiveness of Eaton Corporation in fulfilling the depot-level repair, sparing, and engineering support requirements?
The effectiveness of Eaton Corporation in fulfilling these requirements hinges on their demonstrated capabilities, past performance, and the specific terms of the contract. As a large corporation, Eaton likely possesses significant resources and technical expertise in areas related to electronic and precision equipment. However, the effectiveness will be directly tied to their ability to meet the FAA's specific needs for depot-level repair, maintain adequate sparing levels, and provide robust engineering support. The firm-fixed-price nature of the contract incentivizes them to perform efficiently. A thorough review of their technical proposals, past performance reviews, and any specific certifications or accreditations relevant to aviation maintenance would be necessary to fully assess their expected effectiveness.
What have been the historical spending patterns for depot logistics support by the Federal Aviation Administration over the past five years?
Analyzing historical spending patterns for depot logistics support by the FAA over the past five years would require accessing federal procurement data. This would involve querying databases like FPDS or USAspending.gov for contracts categorized under relevant Product Service Codes (PSCs) and North American Industry Classification System (NAICS) codes related to repair, maintenance, and logistics support for aviation equipment. Examining trends in contract values, the number of awards (competitive vs. sole-source), and the primary contractors receiving these awards would provide context. Understanding these patterns can reveal whether spending has been increasing or decreasing, the typical contract types used, and the degree of competition historically present in this service area.
Industry Classification
NAICS: Other Services (except Public Administration) › Electronic and Precision Equipment Repair and Maintenance › Electronic and Precision Equipment Repair and Maintenance
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Eaton Corporation Public Limited Company
Address: 8609 SIX FORKS RD, RALEIGH, NC, 27615
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: $7,808,443
Exercised Options: $7,808,443
Current Obligation: $7,808,443
Actual Outlays: $7,808,443
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 6973GH24D00055
IDV Type: IDC
Timeline
Start Date: 2024-04-26
Current End Date: 2025-04-30
Potential End Date: 2025-04-30 00:00:00
Last Modified: 2026-04-06
More Contracts from Eaton Corporation
- FY-08 1ST Quarter Funding — $29.7M (Department of Transportation)
- UPS, Generators and Chiller Replacement — $22.1M (Department of Defense)
- TAS::36 0158::TAS Installation of a Turn-Key Solar Photovoltaic (PV) System AT the Albuqueque VA Healthcare System Located in Albuquerque, NM — $19.4M (Department of Veterans Affairs)
- Research and Development Effort Proposed in Response to Broad Agency Announcement (BAA) W911nf-17-S-0003 — $16.7M (Department of Defense)
- Firm Fixed Price - Recurring Services — $8.1M (Department of Defense)
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)