Interior Department awards $9.98M for fire radios to Relm Communications, Inc., with full and open competition
Contract Overview
Contract Amount: $9,985 ($10.0K)
Contractor: Relm Communications, Inc.
Awarding Agency: Department of the Interior
Start Date: 2026-04-08
End Date: 2026-08-12
Contract Duration: 126 days
Daily Burn Rate: $79/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: OR-WILLAMETTE VLY NWR-FIRE RADIOS
Place of Performance
Location: CORVALLIS, BENTON County, OREGON, 97333
State: Oregon Government Spending
Plain-Language Summary
Department of the Interior obligated $9,984.83 to RELM COMMUNICATIONS, INC. for work described as: OR-WILLAMETTE VLY NWR-FIRE RADIOS Key points: 1. Value for money appears reasonable given the specialized nature of emergency communication equipment. 2. Full and open competition suggests a competitive bidding process, potentially leading to better pricing. 3. The contract duration of 126 days is relatively short, indicating a focused procurement for immediate needs. 4. This contract falls within the broadcasting and wireless communications equipment manufacturing sector. 5. Performance risk is moderate, dependent on timely delivery and functionality of critical communication gear.
Value Assessment
Rating: good
The contract value of approximately $9.98 million for specialized fire radios appears within a reasonable range for government procurements of this nature. Benchmarking against similar contracts for emergency communication equipment is challenging without more specific technical details, but the firm-fixed-price structure suggests that the contractor bears the risk of cost overruns. The award to Relm Communications, Inc. indicates they were selected as the best value provider through a competitive process.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, meaning all responsible sources were permitted to submit a bid. This typically involves a formal solicitation process where multiple vendors can compete. The number of bidders is not specified, but the use of full and open competition generally fosters price discovery and encourages vendors to offer their most competitive terms.
Taxpayer Impact: Taxpayers benefit from a competitive process that aims to secure the best possible price and quality for essential equipment, reducing the likelihood of overpayment.
Public Impact
This contract directly benefits the U.S. Fish and Wildlife Service by providing critical communication tools for wildfire suppression and management. The radios will enhance the safety and effectiveness of personnel operating in remote and hazardous environments. The geographic impact is primarily within Oregon, where the Willamette Valley National Wildlife Refuge is located, but the equipment may be deployable elsewhere as needed. The contract supports the manufacturing and supply chain within the wireless communications equipment sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for delivery delays impacting wildfire season readiness.
- Ensuring interoperability with existing communication systems.
- Long-term maintenance and support costs for specialized equipment.
Positive Signals
- Awarded through full and open competition, suggesting a robust selection process.
- Firm-fixed-price contract shifts cost risk to the contractor.
- Specialized equipment designed for critical public safety functions.
Sector Analysis
This contract falls within the broader Information Technology and Telecommunications sector, specifically focusing on wireless communications equipment manufacturing. The market for such specialized equipment is often characterized by a limited number of manufacturers capable of meeting stringent government requirements for durability, reliability, and performance in extreme conditions. Comparable spending benchmarks are difficult to establish without detailed specifications, but government agencies frequently procure such equipment to ensure operational continuity during emergencies.
Small Business Impact
The contract was awarded under full and open competition and does not indicate a small business set-aside. There is no explicit information provided regarding subcontracting plans for small businesses. Therefore, the direct impact on the small business ecosystem is likely minimal unless the prime contractor voluntarily engages small businesses for support or components.
Oversight & Accountability
Oversight for this contract would typically be managed by the U.S. Fish and Wildlife Service contracting officer and program managers. Accountability measures are embedded in the firm-fixed-price contract terms, requiring delivery of specified equipment by a certain date. Transparency is facilitated by the public nature of federal contract awards, though specific performance metrics and internal oversight processes are not detailed.
Related Government Programs
- Wildfire Management Equipment
- Emergency Communications Systems
- Public Safety Radio Networks
- Department of the Interior Communications Procurement
Risk Flags
- Potential for delivery delays
- Ensuring equipment reliability in extreme conditions
- Interoperability with existing systems
Tags
sector-other, agency-department-of-the-interior, agency-u-s-fish-and-wildlife-service, geography-oregon, contract-type-delivery-order, competition-level-full-and-open, pricing-firm-fixed-price, size-category-unknown, product-service-code-334220, emergency-response, communications-equipment, wildfire-suppression
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $9,984.83 to RELM COMMUNICATIONS, INC.. OR-WILLAMETTE VLY NWR-FIRE RADIOS
Who is the contractor on this award?
The obligated recipient is RELM COMMUNICATIONS, INC..
Which agency awarded this contract?
Awarding agency: Department of the Interior (U.S. Fish and Wildlife Service).
What is the total obligated amount?
The obligated amount is $9,984.83.
What is the period of performance?
Start: 2026-04-08. End: 2026-08-12.
What is the specific technical capability and expected lifespan of the fire radios being procured?
The provided data does not specify the exact technical capabilities or expected lifespan of the fire radios. However, given their intended use for wildfire management by the U.S. Fish and Wildlife Service, it can be inferred that these radios are likely ruggedized, capable of operating in harsh environmental conditions (extreme temperatures, dust, moisture), and designed for reliable communication in remote areas. They would typically need to meet specific frequency band requirements and potentially possess features like GPS integration and emergency signaling. The expected lifespan would depend on the technology used, build quality, and maintenance, but government-grade equipment is generally designed for durability over several years, though specific warranty and support terms would be detailed in the full contract.
How does the $9.98 million contract value compare to historical spending on similar radio systems by the Department of the Interior or other agencies?
Without specific details on the quantity and technical specifications of the radios, a direct comparison of the $9.98 million contract value to historical spending is challenging. However, the award is for a single delivery order with a 126-day performance period, suggesting it might be for a specific need or a portion of a larger requirement. Historically, federal agencies procure communication equipment through various contract vehicles, including indefinite-delivery/indefinite-quantity (IDIQ) contracts, which can result in varying per-unit costs depending on volume and competition. The firm-fixed-price nature of this award implies a defined scope and cost. To provide a precise benchmark, one would need to analyze similar procurements for specialized, ruggedized radios used in emergency response contexts, considering factors like the number of units, features, and warranty periods.
What are the key performance indicators (KPIs) or acceptance criteria for the delivered fire radios?
The provided data does not explicitly list the Key Performance Indicators (KPIs) or acceptance criteria for the fire radios. However, in a government procurement context, especially for critical safety equipment, acceptance criteria typically revolve around ensuring the radios meet all technical specifications outlined in the contract's Statement of Work (SOW) or Performance Work Statement (PWS). This would include verifying functionality across specified frequency bands, confirming audio clarity and range under various conditions, testing battery life, ensuring compliance with environmental resistance standards (e.g., IP ratings for water/dust resistance), and confirming the presence and functionality of any mandated safety or signaling features. Successful testing and validation by the U.S. Fish and Wildlife Service would be the primary acceptance mechanism before final payment.
What is Relm Communications, Inc.'s track record with federal contracts, particularly for similar communication equipment?
Relm Communications, Inc. has a history of federal contracting, as indicated by this award. To assess their track record thoroughly, one would need to examine their past performance on similar contracts, including delivery timeliness, product quality, and adherence to contract terms. Databases like SAM.gov or FPDS can provide a history of their awards, including agencies served, contract types, and values. Reviews of past performance evaluations, if publicly available, would offer further insight into their reliability and capability in delivering specialized communication equipment to government entities. A positive track record would suggest a lower performance risk for this current contract.
Are there any potential risks associated with the sole-source nature of this award, or does 'full and open competition' mitigate these?
The data explicitly states this contract was awarded under 'FULL AND OPEN COMPETITION,' not sole-source. This significantly mitigates risks associated with sole-source awards, such as potentially higher prices due to lack of competition or concerns about the contractor's capability being the only option. Full and open competition implies that multiple vendors had the opportunity to bid, and the award was made based on the best value proposition. Risks in this scenario would be more related to the execution of the contract, such as potential delays in delivery, equipment malfunctions, or the chosen vendor not meeting performance expectations, rather than the procurement process itself being inherently risky due to limited options.
What is the anticipated impact of these radios on the operational efficiency and safety of U.S. Fish and Wildlife Service personnel during wildfire events?
The procurement of these specialized fire radios is expected to significantly enhance the operational efficiency and safety of U.S. Fish and Wildlife Service personnel during wildfire events. Reliable and clear communication is paramount in coordinating response efforts, managing resources, and ensuring the safety of firefighters and support staff operating in often dangerous and remote terrains. These radios will likely facilitate real-time communication between incident commanders, field crews, and air support, enabling faster decision-making, better situational awareness, and more effective deployment of personnel and equipment. Improved communication directly translates to enhanced safety by allowing for timely warnings, status updates, and coordination during critical moments, potentially reducing risks of injury or loss of life.
Industry Classification
NAICS: Manufacturing › Communications Equipment Manufacturing › Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
Product/Service Code: IT AND TELECOM - NETWORK
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 140F1G26F0030
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Relm Communications Inc.
Address: 7100 TECHNOLOGY DR, MELBOURNE, FL, 32904
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $9,985
Exercised Options: $9,985
Current Obligation: $9,985
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47QTCA19D00DK
IDV Type: FSS
Timeline
Start Date: 2026-04-08
Current End Date: 2026-08-12
Potential End Date: 2026-08-12 00:00:00
Last Modified: 2026-04-08
More Contracts from Relm Communications, Inc.
- Land Mobile Radio (LMR) Infrastructure&accessories and Operations and Maintenance (O&M) Services — $21.3M (Department of Homeland Security)
- (7583) VHF P25 Portable Subscriber Units — $12.6M (Department of Agriculture)
- BPA Call for BK Technologies Radio Maintenance and Repair — $2.8M (Department of Agriculture)
- Radios @ Brca — $87.3K (Department of the Interior)
- ID Branch of Fire Mgmt Fire Radios — $63.3K (Department of the Interior)
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)