FAA awards $345K for battery replacement at Saufley Field, Florida, to Barry Williams Electric Inc

Contract Overview

Contract Amount: $34,479 ($34.5K)

Contractor: Barry Williams Electric Inc

Awarding Agency: Department of Transportation

Start Date: 2025-04-22

End Date: 2026-05-21

Contract Duration: 394 days

Daily Burn Rate: $88/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: Transportation

Official Description: DC SYSTEMS BATTERY EQUIPMENT PURCHASE AND INSTALLATION. JCN: 23004749, LOC: NUN VOR, SAUFLEY NAS, FL. FUNDING FOR BATTERY REPLACEMENT AT NUN VOR.

Place of Performance

Location: WOODWAY, MCLENNAN County, TEXAS, 76712

State: Texas Government Spending

Plain-Language Summary

Department of Transportation obligated $34,479.18 to BARRY WILLIAMS ELECTRIC INC for work described as: DC SYSTEMS BATTERY EQUIPMENT PURCHASE AND INSTALLATION. JCN: 23004749, LOC: NUN VOR, SAUFLEY NAS, FL. FUNDING FOR BATTERY REPLACEMENT AT NUN VOR. Key points: 1. Contract value appears reasonable for battery equipment purchase and installation. 2. Competition dynamics indicate a potentially competitive bidding process. 3. Risk indicators are low given the fixed-price nature and short duration. 4. Performance context involves essential infrastructure maintenance at a naval air station. 5. Sector positioning is within aviation infrastructure support. 6. The contract is a delivery order under a larger agreement.

Value Assessment

Rating: good

The contract value of approximately $345,000 for battery equipment purchase and installation seems aligned with typical infrastructure maintenance costs. Benchmarking against similar projects for battery replacement at federal facilities would provide a more precise value assessment. The firm fixed-price structure suggests that the contractor bears the risk of cost overruns, which is a positive indicator for value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was competed under SAP (Simplified Acquisition Procedures), suggesting a competitive process for awards below certain thresholds. While the exact number of bidders is not specified, SAP typically allows for multiple quotes, fostering price discovery. The use of SAP indicates that the agency sought competitive pricing within the simplified acquisition framework.

Taxpayer Impact: The competitive nature of the award, even under SAP, suggests that taxpayer funds were likely used efficiently by obtaining competitive pricing for the battery equipment and installation services.

Public Impact

The Federal Aviation Administration (FAA) benefits from the reliable operation of navigation equipment. Essential battery replacement services ensure the continued functionality of the NUN VOR system. The geographic impact is localized to Saufley NAS, Florida, supporting critical aviation infrastructure. Workforce implications include potential employment for electricians and technicians involved in the installation.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the aviation infrastructure and support services sector. Spending in this area is critical for maintaining the safety and efficiency of air traffic control systems. Comparable spending benchmarks would involve other procurements for navigation aid maintenance and power system upgrades at federal facilities.

Small Business Impact

The provided data does not indicate if this contract involved small business set-asides or subcontracting opportunities. Further analysis would be needed to determine the extent of small business participation.

Oversight & Accountability

Oversight is likely managed by the Federal Aviation Administration contracting officers and program managers. Transparency is facilitated through contract databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

transportation, federal-aviation-administration, florida, saufley-nas, delivery-order, firm-fixed-price, competed-under-sap, infrastructure-maintenance, battery-equipment, electrical-installation, aviation-support

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $34,479.18 to BARRY WILLIAMS ELECTRIC INC. DC SYSTEMS BATTERY EQUIPMENT PURCHASE AND INSTALLATION. JCN: 23004749, LOC: NUN VOR, SAUFLEY NAS, FL. FUNDING FOR BATTERY REPLACEMENT AT NUN VOR.

Who is the contractor on this award?

The obligated recipient is BARRY WILLIAMS ELECTRIC INC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $34,479.18.

What is the period of performance?

Start: 2025-04-22. End: 2026-05-21.

What is the track record of Barry Williams Electric Inc. with federal contracts, particularly with the FAA?

Barry Williams Electric Inc. has been awarded federal contracts, including this one from the FAA. A deeper dive into their contract history would reveal the types of services they have provided, their performance ratings on past projects, and any history of disputes or contract modifications. Understanding their experience with similar electrical infrastructure projects, especially those involving critical systems like VORs, would provide further insight into their capability to execute this contract successfully. Examining their past performance on FAA contracts specifically would highlight their familiarity with agency requirements and standards.

How does the pricing of this battery equipment and installation compare to market rates for similar services?

The contract value of $344,79.18 for battery equipment purchase and installation needs to be benchmarked against current market rates. This would involve researching the cost of comparable battery systems and the typical labor rates for installation in the Florida region. Factors such as the specific type and capacity of batteries, the complexity of the installation at Saufley NAS, and any required specialized equipment or certifications will influence the final price. Without specific details on the equipment and labor breakdown, a precise comparison is difficult, but the firm fixed-price nature suggests the government secured a defined cost.

What are the primary risks associated with this contract, and how are they mitigated?

The primary risks associated with this contract include potential delays in equipment delivery, unforeseen site conditions during installation, and ensuring the new battery system meets all stringent FAA operational and safety standards. Mitigation strategies are likely embedded in the contract terms. The firm fixed-price structure shifts the financial risk of cost overruns to the contractor. The short duration of the contract (approximately 13 months) limits the exposure to long-term performance issues. The FAA's oversight and acceptance process will ensure that the installed equipment meets all technical specifications before final payment.

How effective is the FAA in managing contracts for critical infrastructure maintenance like this battery replacement?

The effectiveness of the FAA in managing contracts for critical infrastructure maintenance can be assessed by examining contract performance metrics, such as on-time delivery, adherence to budget, and the reliability of the maintained systems post-contract. The fact that this contract was competed under SAP suggests an established process for acquiring necessary services. The use of a firm fixed-price contract is a standard and generally effective method for controlling costs on well-defined projects. Long-term effectiveness would be indicated by the continued reliable operation of the NUN VOR system following this battery replacement.

What are the historical spending patterns for battery equipment and installation services by the FAA or Department of Transportation?

Analyzing historical spending patterns for battery equipment and installation by the FAA or the broader Department of Transportation would provide context for this $344,79.18 award. This would involve reviewing past contracts for similar equipment, such as uninterruptible power supplies (UPS) or backup power systems for navigation aids, air traffic control facilities, or other critical infrastructure. Understanding the average contract values, the frequency of such procurements, and the primary contractors involved would help determine if this award is within expected ranges and if the current procurement strategy is consistent with past practices.

Industry Classification

NAICS: ManufacturingOther Electrical Equipment and Component ManufacturingBattery Manufacturing

Product/Service Code: ELECTRIC WIRE, POWER DISTRIB EQPT

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 4

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 208 OTIS DR, WACO, TX, 76712

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $34,479

Exercised Options: $34,479

Current Obligation: $34,479

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 6973GH24D00021

IDV Type: IDC

Timeline

Start Date: 2025-04-22

Current End Date: 2026-05-21

Potential End Date: 2026-05-21 00:00:00

Last Modified: 2026-04-10

More Contracts from Barry Williams Electric Inc

View all Barry Williams Electric Inc federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending