DOT awards $5.6M for LAX ATCT CPDS, Sentinel Power Services to perform site survey
Contract Overview
Contract Amount: $5,615,389 ($5.6M)
Contractor: Sentinel Power Services, LLC
Awarding Agency: Department of Transportation
Start Date: 2016-12-19
End Date: 2026-03-30
Contract Duration: 3,388 days
Daily Burn Rate: $1.7K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: IGF::OT::IGF SITE SURVEY FOR LAX ATCT CPDS
Place of Performance
Location: LOS ANGELES, LOS ANGELES County, CALIFORNIA, 90045
Plain-Language Summary
Department of Transportation obligated $5.6 million to SENTINEL POWER SERVICES, LLC for work described as: IGF::OT::IGF SITE SURVEY FOR LAX ATCT CPDS Key points: 1. Contract awarded to Sentinel Power Services, LLC for electrical work at LAX ATCT. 2. The contract has a duration of 3388 days, indicating a long-term project. 3. Awarded under a firm-fixed-price contract type, suggesting predictable costs. 4. The contract was competed using full and open competition. 5. The North American Industry Classification System (NAICS) code is 238210, for Electrical Contractors. 6. The contract is a delivery order, suggesting it's part of a larger indefinite-delivery indefinite-quantity (IDIQ) contract.
Value Assessment
Rating: fair
The contract value of $5.6 million for a site survey and related electrical work at the LAX ATCT appears reasonable given the long duration and scope. Benchmarking against similar large-scale airport electrical infrastructure projects is difficult without more specific details on the scope of work. However, the firm-fixed-price nature of the contract provides cost certainty for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of 5 bidders suggests a competitive environment, which generally leads to better pricing and value for the government. The specific number of bids received is a positive indicator of market interest.
Taxpayer Impact: Full and open competition typically results in more competitive pricing, benefiting taxpayers by ensuring the government obtains services at a fair market value.
Public Impact
The Federal Aviation Administration (FAA) benefits from this contract by ensuring the continued operational integrity of the Los Angeles International Airport Air Traffic Control Tower (LAX ATCT). The services delivered include site surveys and electrical work, crucial for maintaining and potentially upgrading critical airport infrastructure. The geographic impact is localized to Los Angeles International Airport in California. The contract supports the workforce within the electrical contracting sector, particularly those with experience in specialized airport environments.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long contract duration (3388 days) could lead to scope creep or unforeseen cost increases if not managed meticulously.
- Reliance on a single delivery order under a potential IDIQ contract might limit future competition for subsequent phases of work.
- The specific nature of 'site survey' for CPDS needs clear definition to avoid ambiguity in deliverables.
Positive Signals
- Awarded through full and open competition, indicating a robust bidding process.
- Firm-fixed-price contract type provides cost predictability for the government.
- The contract supports critical aviation infrastructure, aligning with national transportation goals.
Sector Analysis
This contract falls within the Construction and Engineering services sector, specifically focusing on electrical contracting for critical infrastructure. The market for airport electrical systems is specialized, requiring adherence to stringent FAA regulations and standards. Comparable spending benchmarks would typically involve large-scale renovations or new construction of air traffic control facilities, where electrical systems are a significant cost component.
Small Business Impact
The data indicates this contract was awarded through full and open competition and does not specify any small business set-aside. There is no explicit information on subcontracting plans for small businesses. Therefore, the direct impact on the small business ecosystem is not immediately clear from this award alone, though larger prime contractors often utilize small business subcontractors.
Oversight & Accountability
Oversight for this contract would primarily fall under the Federal Aviation Administration (FAA), a branch of the Department of Transportation. Accountability measures are inherent in the firm-fixed-price contract type, which obligates the contractor to deliver specified services within the agreed-upon price. Transparency is generally maintained through contract award databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- FAA Air Traffic Control Modernization Programs
- Airport Infrastructure Improvement Projects
- Federal Aviation Administration Capital Investment Plan
Risk Flags
- Long contract duration may increase risk of scope changes or obsolescence.
- Potential for contractor performance degradation over extended period.
- Lack of specific performance metrics in summary data.
Tags
construction, electrical-contractors, department-of-transportation, federal-aviation-administration, lax-airport, california, full-and-open-competition, delivery-order, firm-fixed-price, long-term-contract, infrastructure
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $5.6 million to SENTINEL POWER SERVICES, LLC. IGF::OT::IGF SITE SURVEY FOR LAX ATCT CPDS
Who is the contractor on this award?
The obligated recipient is SENTINEL POWER SERVICES, LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $5.6 million.
What is the period of performance?
Start: 2016-12-19. End: 2026-03-30.
What is the specific scope of the 'IGF SITE SURVEY FOR LAX ATCT CPDS' and what are the expected deliverables?
The 'IGF SITE SURVEY FOR LAX ATCT CPDS' likely refers to an "Integrated Ground Facility Site Survey for the Los Angeles International Airport Air Traffic Control Tower Communications, Data, and Power Systems." CPDS could stand for Communications, Power, and Data Systems or a similar technical designation. The deliverables would typically include a detailed assessment of the existing electrical infrastructure, power supply, data cabling, and communication systems within or around the ATCT. This would involve identifying current capacities, potential upgrade requirements, compliance with FAA standards, and any necessary modifications or new installations. The survey aims to provide the FAA with comprehensive data to inform future maintenance, upgrades, or new construction related to the ATCT's essential systems, ensuring reliable operations.
How does the $5.6 million contract value compare to similar site survey contracts for major airport control towers?
Directly comparing the $5.6 million value for a site survey is challenging without granular data on the scope and complexity of similar contracts. Site surveys for major airport control towers can vary significantly based on the age of the facility, the extent of existing systems, and the specific technological requirements being assessed (e.g., legacy systems vs. next-generation air traffic management technology). However, for a project spanning over 9 years (3388 days), this value suggests a comprehensive and potentially multi-phased assessment. Larger infrastructure projects often involve site surveys that can run into millions, especially if they encompass detailed engineering studies, environmental assessments, and preliminary design work alongside the technical survey.
What are the potential risks associated with a contract of this duration (3388 days)?
A contract duration of 3388 days (approximately 9.3 years) presents several potential risks. Firstly, the scope of work defined at the outset may become outdated due to technological advancements or changes in operational requirements over such a long period. This could lead to scope creep, requiring contract modifications and potentially increasing costs. Secondly, managing such a long-term contract requires sustained oversight to ensure performance remains consistent and quality is maintained. Contractor performance can fluctuate over time, and key personnel may change. Thirdly, economic factors like inflation could impact the real value of the fixed price over the contract's life, although the firm-fixed-price nature aims to mitigate this for the government. Finally, there's a risk of the contractor becoming complacent or losing institutional knowledge if not actively managed.
What is Sentinel Power Services, LLC's track record with the Federal Aviation Administration or similar agencies?
Information regarding Sentinel Power Services, LLC's specific track record with the FAA or similar agencies is not detailed in the provided data. A thorough assessment would require reviewing their past performance on federal contracts, including any awards, past performance evaluations, and any history of disputes or contract terminations. Their experience with large-scale electrical projects, particularly in aviation or critical infrastructure environments, would be a key factor in evaluating their capability to successfully execute this contract. Further due diligence would involve searching contract databases and performance reporting systems.
How does the 'full and open competition' with 5 bidders translate into value for taxpayers?
Awarding the contract through 'full and open competition' with 5 bidders generally translates to better value for taxpayers. This process allows multiple qualified companies to compete, driving down prices through market forces. With 5 bidders, there is a significant likelihood that competitive pressures were strong, leading to the submission of more aggressive and cost-effective proposals. This contrasts with sole-source or limited competition scenarios where the government may have fewer options and potentially pay a premium. The competitive environment encourages efficiency and innovation from the bidders, aiming to secure the contract by offering the best combination of price and technical merit.
Are there any specific performance metrics or milestones defined within this contract?
The provided data does not specify the performance metrics or milestones for this contract. Typically, contracts of this nature, especially those with long durations, would include detailed statements of work (SOW) outlining specific deliverables, timelines, and quality standards. Performance would likely be monitored through regular progress reports, site inspections, and potentially key performance indicators (KPIs) related to the completion of survey phases, accuracy of data collected, and adherence to project schedules. The firm-fixed-price structure implies that the contractor is responsible for meeting these undefined metrics within the agreed-upon cost.
Industry Classification
NAICS: Construction › Building Equipment Contractors › Electrical Contractors and Other Wiring Installation Contractors
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 31634 N 54TH PL, CAVE CREEK, AZ, 85331
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $5,615,389
Exercised Options: $5,615,389
Current Obligation: $5,615,389
Actual Outlays: $4,274,844
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: DTFAAC16D00017
IDV Type: IDC
Timeline
Start Date: 2016-12-19
Current End Date: 2026-03-30
Potential End Date: 2026-03-30 00:00:00
Last Modified: 2026-03-30
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)