DOT awards $706K for FAA TRACON equipment, with Eaton Corp. winning a firm-fixed-price delivery order

Contract Overview

Contract Amount: $70,594 ($70.6K)

Contractor: Eaton Corporation

Awarding Agency: Department of Transportation

Start Date: 2026-04-07

End Date: 2027-04-01

Contract Duration: 359 days

Daily Burn Rate: $197/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: JCN:1603914 F35 CPDS FUNDING FOR UPS/PCS REPLACEMENT EQUIPMENT AND SHIPPING AT DENVER CO (D01) TRACON VENDOR: EATON CORPORATION

Place of Performance

Location: RALEIGH, WAKE County, NORTH CAROLINA, 27615

State: North Carolina Government Spending

Plain-Language Summary

Department of Transportation obligated $70,594.12 to EATON CORPORATION for work described as: JCN:1603914 F35 CPDS FUNDING FOR UPS/PCS REPLACEMENT EQUIPMENT AND SHIPPING AT DENVER CO (D01) TRACON VENDOR: EATON CORPORATION Key points: 1. Value for money assessed through firm-fixed-price contract type, aiming for cost certainty. 2. Competition dynamics indicate a full and open process, potentially driving competitive pricing. 3. Risk indicators include a relatively short performance period and reliance on a single vendor for specific equipment. 4. Performance context is the replacement of critical UPS/PCS equipment at a Denver air traffic control facility. 5. Sector positioning within the Federal Aviation Administration's infrastructure modernization efforts.

Value Assessment

Rating: good

The contract value of $705,941.12 for UPS/PCS replacement equipment and shipping appears reasonable given the specialized nature of aviation-grade components and the firm-fixed-price structure which transfers risk to the contractor. Benchmarking against similar FAA procurements for critical infrastructure upgrades would provide a more precise value assessment, but the amount is not inherently excessive for such essential operational equipment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under a full and open competition, suggesting that multiple vendors had the opportunity to bid. The specific number of bidders is not provided, but a full and open process generally fosters a competitive environment, which is expected to lead to more favorable pricing and better quality solutions for the government.

Taxpayer Impact: A full and open competition is beneficial for taxpayers as it maximizes the potential for cost savings through competitive bidding, ensuring that the government receives the best possible value for its investment in critical infrastructure.

Public Impact

The Federal Aviation Administration (FAA) benefits from the modernization of its air traffic control infrastructure. Services delivered include the provision and shipping of essential Uninterruptible Power Supply (UPS) and Power Conditioning System (PCS) replacement equipment. Geographic impact is focused on the Denver, Colorado (D01) TRACON facility, ensuring operational continuity. Workforce implications are minimal for this specific contract, primarily involving the installation and maintenance of the equipment by FAA personnel or contractors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader aerospace and defense electronics manufacturing sector, specifically serving the critical needs of air traffic control systems. The market for specialized power solutions for government infrastructure is competitive, with a mix of large defense contractors and niche electronics manufacturers. Spending in this area is driven by the FAA's continuous need to upgrade and maintain aging infrastructure to ensure safety and efficiency.

Small Business Impact

The contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses in the provided data. This suggests that the primary award went to a larger entity, and the direct impact on the small business ecosystem for this specific procurement is likely limited unless the prime contractor engages small businesses for subcontracting opportunities.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and program managers within the Federal Aviation Administration. Accountability measures are inherent in the firm-fixed-price contract type, requiring delivery of specified equipment. Transparency is facilitated by the contract award data being publicly available, though detailed performance monitoring and inspector general jurisdiction would depend on specific agency policies and any potential issues arising during contract performance.

Related Government Programs

Risk Flags

Tags

transportation, federal-aviation-administration, denver, delivery-order, firm-fixed-price, full-and-open-competition, electrical-equipment, infrastructure, air-traffic-control, eaton-corporation

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $70,594.12 to EATON CORPORATION. JCN:1603914 F35 CPDS FUNDING FOR UPS/PCS REPLACEMENT EQUIPMENT AND SHIPPING AT DENVER CO (D01) TRACON VENDOR: EATON CORPORATION

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 $70,594.12.

What is the period of performance?

Start: 2026-04-07. End: 2027-04-01.

What is the track record of Eaton Corporation in fulfilling federal contracts, particularly for the FAA?

Eaton Corporation is a well-established power management company with a significant history of supplying electrical equipment and solutions to various government agencies, including the Department of Defense and the Department of Transportation. While specific details on their performance for the FAA on similar TRACON equipment are not provided in this data snippet, their broad experience suggests a capacity to meet federal requirements. A deeper dive into their contract history, including past performance reviews and any reported issues on similar FAA contracts, would be necessary for a comprehensive assessment of their track record.

How does the awarded amount compare to similar FAA procurements for UPS/PCS replacement equipment?

Without access to a database of comparable FAA procurements for UPS/PCS replacement equipment, a direct benchmark is challenging. However, the $705,941.12 award for a single facility's replacement equipment and shipping appears to be within a reasonable range for specialized, aviation-grade power systems. Factors influencing cost include the specific technical requirements, quantity, and the firm-fixed-price nature of the contract. Further analysis would require identifying contracts with similar scope, equipment specifications, and performance periods within the FAA's recent procurement history.

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

Primary risks include potential delays in equipment delivery or installation, technical compatibility issues with existing infrastructure, and the possibility of cost overruns if unforeseen issues arise during shipping or integration, although the firm-fixed-price contract mitigates direct cost overrun risk for the government. Mitigation strategies include the FAA's oversight of the contractor's performance, adherence to strict delivery schedules, and pre-installation testing protocols. The full and open competition also mitigates the risk of poor performance by encouraging multiple vendors to compete, thereby selecting a capable and reliable supplier.

How effective is the firm-fixed-price contract type in ensuring value for money for this specific procurement?

The firm-fixed-price (FFP) contract type is generally effective in ensuring value for money for procurements where the scope of work is well-defined, as is the case with replacement equipment and shipping. It transfers most of the risk to the contractor, Eaton Corporation, who is obligated to deliver the specified goods and services at the agreed-upon price. This provides the FAA with cost certainty and incentivizes the contractor to manage their costs efficiently. The effectiveness is maximized when the technical specifications are precise and the competition is robust, as indicated by the 'full and open' award.

What is the historical spending pattern for UPS/PCS replacement equipment by the FAA?

Historical spending patterns for UPS/PCS replacement equipment by the FAA are not detailed in the provided data. However, it is reasonable to infer that the FAA consistently invests in maintaining and upgrading its power infrastructure across numerous air traffic control facilities nationwide. This type of spending is typically cyclical, driven by the lifecycle of existing equipment and the agency's modernization initiatives. Annual spending can fluctuate based on budget allocations, the urgency of replacements, and the scale of infrastructure projects undertaken in a given fiscal year.

What are the implications of this contract being a Delivery Order under a larger contract vehicle?

This contract is a Delivery Order (DO) valued at $705,941.12, awarded to Eaton Corporation. Delivery Orders are typically issued under indefinite-delivery, indefinite-quantity (IDIQ) contracts or other contract vehicles that allow for the procurement of supplies or services over a period of time. The fact that this is a DO suggests that a broader contract vehicle was already in place, likely established through a prior competitive process. This approach allows the FAA to procure necessary equipment efficiently as needs arise, potentially streamlining the acquisition process and leveraging pre-negotiated terms and pricing.

Industry Classification

NAICS: ManufacturingOther Electrical Equipment and Component ManufacturingAll Other Miscellaneous Electrical Equipment and Component Manufacturing

Product/Service Code: ELECTRICAL/ELECTRONIC EQPT COMPNTS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

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: $70,594

Exercised Options: $70,594

Current Obligation: $70,594

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 6973GH18D00082

IDV Type: IDC

Timeline

Start Date: 2026-04-07

Current End Date: 2027-04-01

Potential End Date: 2027-04-01 00:00:00

Last Modified: 2026-04-07

More Contracts from Eaton Corporation

View all Eaton Corporation federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending