DOT awards $15.6M for power supplies, with 2 bidders competing for a 90-day delivery order
Contract Overview
Contract Amount: $15,599 ($15.6K)
Contractor: CD & T Logistics Inc
Awarding Agency: Department of Transportation
Start Date: 2026-04-08
End Date: 2026-07-07
Contract Duration: 90 days
Daily Burn Rate: $173/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PROCUREMENT OF POWER SUPPLIES TO SUPPORT UNIVERSAL MONITORING AND CONTROL (UMAC) PROGRAM.
Place of Performance
Location: SMITHVILLE, CLAY County, MISSOURI, 64089
State: Missouri Government Spending
Plain-Language Summary
Department of Transportation obligated $15,599.25 to CD & T LOGISTICS INC for work described as: PROCUREMENT OF POWER SUPPLIES TO SUPPORT UNIVERSAL MONITORING AND CONTROL (UMAC) PROGRAM. Key points: 1. The contract value of $15.6 million for power supplies appears reasonable given the short delivery timeline. 2. Competition was present, with two bidders vying for this purchase order, suggesting some price discovery. 3. The fixed-price contract type helps mitigate cost overrun risks for the government. 4. This procurement supports the Federal Aviation Administration's Universal Monitoring and Control (UMAC) Program. 5. The supplier, CD & T LOGISTICS INC, is a merchant wholesaler of electronic parts. 6. The contract duration is short, indicating a need for immediate supply. 7. The geographic focus is Missouri, where the order will be fulfilled. 8. The North American Industry Classification System (NAICS) code 423690 covers electronic parts wholesalers.
Value Assessment
Rating: good
The contract value of $15.6 million for 90 days of power supply delivery seems aligned with market expectations for specialized electronic components. While a direct per-unit cost comparison is not provided, the fixed-price nature of the award suggests the government secured a defined cost upfront. Benchmarking against similar procurements for the UMAC program or other FAA monitoring systems would provide further insight into value for money, but the limited duration and specific nature of the components suggest this is a fair price.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This contract was competed under Simplified Acquisition Procedures (SAP), indicating a value below the threshold for full and open competition. With two bidders, there was some level of competition, which is generally positive for price discovery. However, the limited number of bidders suggests that the pool of qualified suppliers may be restricted or that the specific requirements of the purchase order narrowed the field. Further details on the solicitation process would clarify the extent of competition.
Taxpayer Impact: The presence of two bidders suggests a degree of competition that likely prevented the highest possible price. However, a more robust competition with more bidders could potentially have driven prices lower for taxpayers.
Public Impact
The primary beneficiaries are the Federal Aviation Administration (FAA) and its Universal Monitoring and Control (UMAC) Program. The services delivered involve the procurement of essential power supplies for critical monitoring systems. The geographic impact is centered in Missouri, where the supplier is located and presumably where the supplies will be shipped from. Workforce implications are minimal, primarily related to the logistics and delivery of the electronic components.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may lead to higher prices than a fully competed contract.
- The short delivery window could create logistical challenges for the supplier.
- Reliance on a single supplier for a critical component could pose a risk if issues arise.
- The specific nature of 'power supplies' requires verification of compatibility and reliability for the UMAC program.
Positive Signals
- Fixed-price contract protects against cost overruns.
- The supplier, CD & T LOGISTICS INC, is a specialized merchant wholesaler.
- The award is a purchase order, indicating a direct and efficient procurement method.
- The contract supports a critical FAA program (UMAC).
Sector Analysis
This contract falls within the broader electronics and parts wholesale sector, specifically serving government procurement needs. The market for specialized electronic components for aviation infrastructure is niche, often characterized by specific technical requirements and stringent quality controls. The Federal Aviation Administration is a significant buyer in this space, procuring a wide range of equipment to maintain and upgrade its air traffic control and monitoring systems. Comparable spending benchmarks would involve analyzing other FAA procurements for similar electronic parts or power management solutions.
Small Business Impact
This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses mentioned in the provided data. The award went to CD & T LOGISTICS INC, which is categorized under 'Other Electronic Parts and Equipment Merchant Wholesalers.' Further investigation into the size standard for this NAICS code and the company's actual size would be needed to fully assess its small business status and potential impact on the small business ecosystem.
Oversight & Accountability
Oversight for this contract would primarily fall under the Federal Aviation Administration (FAA) contracting officers and program managers responsible for the UMAC program. As a purchase order under SAP, the oversight mechanisms might be less formalized than for larger, more complex contracts. Transparency is facilitated by public contract databases, but detailed performance monitoring and accountability measures are internal to the agency. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Federal Aviation Administration (FAA) Procurement
- Universal Monitoring and Control (UMAC) Program
- Electronic Parts and Equipment Procurement
- Department of Transportation Contracts
- Purchase Orders
- Fixed-Price Contracts
Risk Flags
- Limited Competition
- Short Delivery Window
- Potential Supply Chain Risk
Tags
transportation, federal-aviation-administration, purchase-order, missouri, firm-fixed-price, simplified-acquisition-procedures, electronic-parts, merchant-wholesaler, competed, 90-day-delivery
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $15,599.25 to CD & T LOGISTICS INC. PROCUREMENT OF POWER SUPPLIES TO SUPPORT UNIVERSAL MONITORING AND CONTROL (UMAC) PROGRAM.
Who is the contractor on this award?
The obligated recipient is CD & T LOGISTICS INC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $15,599.25.
What is the period of performance?
Start: 2026-04-08. End: 2026-07-07.
What is the track record of CD & T LOGISTICS INC with the Federal Aviation Administration or Department of Transportation?
Based on the provided data, CD & T LOGISTICS INC is the contractor for this specific purchase order. Without access to a broader contract database or historical procurement records, it is difficult to definitively assess their overall track record with the FAA or DOT. However, their classification as 'Other Electronic Parts and Equipment Merchant Wholesalers' suggests they operate within a sector relevant to aviation infrastructure. Further analysis would require searching federal procurement databases for past awards to this contractor from these agencies to understand their performance history, contract types, and value of previous awards.
How does the $15.6 million value compare to similar power supply procurements for aviation systems?
Directly comparing the $15.6 million value for these power supplies is challenging without specific details on the quantity, technical specifications, and duration of need. However, given that this is for a 90-day delivery period and supports a critical program like UMAC, the amount appears to be within a reasonable range for specialized electronic components. Procurements for large-scale aviation infrastructure can range from thousands to millions of dollars depending on the scope. Benchmarking against other FAA procurements for similar electronic parts or power management solutions, especially those with short lead times, would provide a more precise valuation context.
What are the primary risks associated with this contract, and how are they mitigated?
The primary risks include potential supply chain disruptions, component obsolescence, or failure to meet stringent technical specifications within the short delivery window. Mitigation strategies are embedded in the contract structure and the nature of the award. The fixed-price nature of the contract shifts the financial risk of cost overruns to the contractor. The limited competition, while potentially impacting price, also means the FAA selected a known entity. The short 90-day delivery period suggests a focused need, reducing the risk of long-term obsolescence. The FAA's oversight and acceptance testing processes would further mitigate risks related to quality and performance.
How effective is the competition level (2 bidders) in ensuring value for taxpayers?
A competition level of two bidders, while better than a sole-source award, is generally considered limited. It suggests that there are likely more than two potential suppliers in the market, but perhaps the specific requirements, the value of the order, or the solicitation process limited the number of responsive bids. This level of competition provides some price discovery and encourages the bidders to offer competitive pricing to win the contract. However, it is less likely to drive prices down as aggressively as a scenario with five or more bidders. Therefore, while it offers some value, there may be room for improvement in maximizing taxpayer savings through broader competition.
What is the historical spending pattern for the UMAC program's power supply needs?
The provided data pertains to a single purchase order with an estimated completion date in July 2026. It does not offer historical spending patterns for the UMAC program's power supply needs. To determine historical spending, one would need to access procurement data for previous years, identifying contracts awarded for similar components under the UMAC program or related initiatives. Analyzing the frequency, value, and competition levels of past awards would reveal trends and inform whether this $15.6 million award represents an increase, decrease, or consistent level of spending for these types of supplies.
What are the implications of the 'Other Electronic Parts and Equipment Merchant Wholesalers' classification for this procurement?
The classification of CD & T LOGISTICS INC as 'Other Electronic Parts and Equipment Merchant Wholesalers' (NAICS 423690) indicates that the company's primary business is distributing electronic parts. This suggests they are likely sourcing and supplying components rather than manufacturing them directly. For this procurement, it implies the FAA is contracting with a distributor to obtain necessary power supplies. This can be efficient for acquiring a variety of parts, but it also means the final price includes a distributor's markup. The effectiveness relies on the wholesaler's ability to source reliable components at competitive prices and manage logistics efficiently within the specified timeframe.
Industry Classification
NAICS: Wholesale Trade › Household Appliances and Electrical and Electronic Goods Merchant Wholesalers › Other Electronic Parts and Equipment Merchant Wholesalers
Product/Service Code: HARDWARE AND ABRASIVES
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1015 NE 194TH TER, SMITHVILLE, MO, 64089
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $15,599
Exercised Options: $15,599
Current Obligation: $15,599
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-08
Current End Date: 2026-07-07
Potential End Date: 2026-07-07 00:00:00
Last Modified: 2026-04-08
More Contracts from CD & T Logistics Inc
- Assets in Support of the NAS Other Functions — $31.7K (Department of Transportation)
- Procurement of Surge Suppressors to Support Universal Monitoring and Control (umac) Program — $15.6K (Department of Transportation)
- Assets in Support of the NAS — $11.0K (Department of Transportation)
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)