FAA Awards $4.68M for Enroute Console Solutions, Focusing on Transformer Slatwall Conversion

Contract Overview

Contract Amount: $468,500 ($468.5K)

Contractor: Russ Bassett Corp

Awarding Agency: Department of Transportation

Start Date: 2025-12-11

End Date: 2040-10-31

Contract Duration: 5,438 days

Daily Burn Rate: $86/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Transportation

Official Description: BASE TASK FOR ALL ENROUTE CONSOLE SOLUTION SYSTEM DESIGNER/FABRICATOR SERVICES WITH INITIAL PROJECT FOR TRANSFORMER SLATWALL CONVERSION CONCEPT PER QUOTATION# ATQ-414

Place of Performance

Location: NASHUA, HILLSBOROUGH County, NEW HAMPSHIRE, 03062

State: New Hampshire Government Spending

Plain-Language Summary

Department of Transportation obligated $468,500 to RUSS BASSETT CORP for work described as: BASE TASK FOR ALL ENROUTE CONSOLE SOLUTION SYSTEM DESIGNER/FABRICATOR SERVICES WITH INITIAL PROJECT FOR TRANSFORMER SLATWALL CONVERSION CONCEPT PER QUOTATION# ATQ-414 Key points: 1. The contract is for enroute console solutions, with an initial project for transformer slatwall conversion. 2. The awardee is RUSS BASSETT CORP, specializing in Office Furniture (except Wood) Manufacturing. 3. This is a delivery order under an existing contract, with a long performance period extending to October 2040. 4. The contract type is Firm Fixed Price, indicating predictable costs for the government.

Value Assessment

Rating: fair

The awarded amount of $4.68M for the initial project seems reasonable for specialized console furniture and conversion services. However, without detailed cost breakdowns or benchmarks for similar slatwall conversion projects, a precise value assessment is difficult.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

The contract was not competed, suggesting it might be a sole-source award or a delivery order under a pre-existing, potentially competed, contract. This limits price discovery and competitive pressure, potentially leading to higher costs.

Taxpayer Impact: The lack of competition may result in taxpayers paying a premium for these services compared to a fully competed procurement.

Public Impact

Modernization of air traffic control consoles to improve efficiency and safety. Potential for job creation within the office furniture manufacturing sector. Long-term commitment by the FAA to upgrade critical infrastructure. Impact on the specific niche market of specialized console fabrication.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The Federal Aviation Administration (FAA) operates within the transportation sector, often procuring specialized equipment and services for air traffic control. Spending benchmarks for office furniture manufacturing, especially custom console solutions, can vary widely based on complexity and materials.

Small Business Impact

The awardee, RUSS BASSETT CORP, is not identified as a small business. The contract does not appear to have specific set-asides for small businesses, limiting opportunities for them in this particular procurement.

Oversight & Accountability

As a delivery order under a larger contract, oversight may be embedded within the parent contract's management. However, the lack of competition warrants close monitoring of performance and costs to ensure accountability.

Related Government Programs

Risk Flags

Tags

office-furniture-except-wood-manufacturi, department-of-transportation, nh, delivery-order, 100k-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $468,500 to RUSS BASSETT CORP. BASE TASK FOR ALL ENROUTE CONSOLE SOLUTION SYSTEM DESIGNER/FABRICATOR SERVICES WITH INITIAL PROJECT FOR TRANSFORMER SLATWALL CONVERSION CONCEPT PER QUOTATION# ATQ-414

Who is the contractor on this award?

The obligated recipient is RUSS BASSETT CORP.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $468,500.

What is the period of performance?

Start: 2025-12-11. End: 2040-10-31.

What was the justification for not competing this contract, and how does the awarded price compare to market rates for similar custom console fabrication and conversion services?

The justification for not competing this contract is not provided in the data. To assess value, a comparison with market rates for similar custom console fabrication and slatwall conversion services is crucial. This would involve researching pricing from other manufacturers, considering factors like material costs, labor, design complexity, and installation requirements. Without this comparative data, it's difficult to definitively state if the $4.68M is a fair market price.

Given the long contract duration (over 15 years) and sole-source nature, what mechanisms are in place to mitigate risks of cost escalation and ensure continued relevance of the technology?

The long duration and sole-source nature present risks. Mitigation strategies could include phased pricing reviews, incorporating inflation adjustment clauses carefully, and requiring the contractor to provide technology refresh roadmaps. Regular performance reviews and clear deliverables tied to modernization goals are essential. The FAA should also periodically re-evaluate the market to ensure continued best value, even within a sole-source framework.

How will the effectiveness of the transformer slatwall conversion be measured, and what are the key performance indicators (KPIs) for this project to ensure it meets the FAA's operational needs?

Effectiveness measurement should focus on quantifiable improvements. KPIs could include reduced maintenance downtime, enhanced ergonomic support for controllers, improved cable management leading to fewer technical glitches, and successful integration with existing enroute console systems. User feedback from air traffic controllers and post-implementation audits assessing system reliability and performance against baseline metrics will be critical.

Industry Classification

NAICS: ManufacturingOffice Furniture (including Fixtures) ManufacturingOffice Furniture (except Wood) Manufacturing

Product/Service Code: FURNITURE

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 8189 BYRON RD, WHITTIER, CA, 90606

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $468,500

Exercised Options: $468,500

Current Obligation: $468,500

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 697DCK26D00001

IDV Type: IDC

Timeline

Start Date: 2025-12-11

Current End Date: 2040-10-31

Potential End Date: 2040-10-31 00:00:00

Last Modified: 2026-04-06

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending