GSA awards $2.94M contract for aircraft solvent wipers, highlighting a niche but essential supply chain component
Contract Overview
Contract Amount: $2,943 ($2.9K)
Contractor: M-80 Systems, Inc.
Awarding Agency: General Services Administration
Start Date: 2026-04-08
End Date: 2026-04-11
Contract Duration: 3 days
Daily Burn Rate: $981/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CLOTH, CLEANING: IAW FEDERAL SPEC. CCC-C-46D & AMENDMENT 2. TYPE I-UNTREATED, CLASS 7-AIRCRAFT SOLVENT WIPER, SZ.-16-3/4 IN. BY 20-3/4 IN. UNIT OF ISSUE (AND BASIS FOR BID) IS A SHIPPING CONTAINER OF 8 DISPENSER BOXES, EA. BOX HOLDING 100 CLOTHS (800
Place of Performance
Location: AIEA, HONOLULU County, HAWAII, 96701
State: Hawaii Government Spending
Plain-Language Summary
General Services Administration obligated $2,942.87 to M-80 SYSTEMS, INC. for work described as: CLOTH, CLEANING: IAW FEDERAL SPEC. CCC-C-46D & AMENDMENT 2. TYPE I-UNTREATED, CLASS 7-AIRCRAFT SOLVENT WIPER, SZ.-16-3/4 IN. BY 20-3/4 IN. UNIT OF ISSUE (AND BASIS FOR BID) IS A SHIPPING CONTAINER OF 8 DISPENSER BOXES, EA. BOX HOLDING 100 CLOTHS (800 Key points: 1. Value for money appears reasonable given the specialized nature of aircraft-grade cleaning materials. 2. Competition dynamics indicate a full and open process, suggesting a healthy market for this product. 3. Risk indicators are low, with a firm fixed-price contract and a short performance period. 4. Performance context is tied to specific federal specifications (CCC-C-46D), ensuring quality standards. 5. Sector positioning is within the broader 'Other Warehousing and Storage' category, serving a critical niche. 6. The contract addresses a specific need for high-quality cleaning supplies essential for aircraft maintenance.
Value Assessment
Rating: good
The contract value of $2.94 million for aircraft solvent wipers is difficult to benchmark directly without more granular market data. However, the unit of issue (a shipping container of 800 cloths) suggests a per-cloth cost that is likely competitive for a specialized, high-quality product meeting federal specifications. The firm fixed-price structure provides cost certainty for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while the initial solicitation might have had some exclusions, the final award was made through a competitive process open to all eligible offerors. The presence of two bids suggests a moderate level of competition for this specialized item.
Taxpayer Impact: A competitive process, even with a limited number of bidders, generally benefits taxpayers by driving prices toward market rates and ensuring the government receives the best value available.
Public Impact
The primary beneficiaries are military and civilian aviation operations requiring specialized cleaning materials. The contract delivers essential aircraft solvent wipers that meet stringent federal specifications for safety and effectiveness. Geographic impact is focused on Hawaii, where the delivery order is set to be fulfilled. Workforce implications are minimal, primarily related to the manufacturing and distribution of the cleaning supplies.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for supply chain disruptions if the sole manufacturer faces issues.
- Dependence on specific federal specifications may limit alternative, potentially more cost-effective, solutions.
Positive Signals
- Adherence to strict federal specifications ensures product quality and safety.
- Firm fixed-price contract provides budget predictability.
- Competitive award process suggests a fair market price was obtained.
Sector Analysis
This contract falls within the broader industrial and commercial machinery and equipment manufacturing sector, specifically serving the niche market for specialized cleaning supplies used in aviation. The market for aircraft maintenance supplies is substantial, driven by stringent safety and operational requirements. This contract represents a small but critical component of that larger ecosystem, ensuring the availability of essential consumables.
Small Business Impact
There is no indication of a small business set-aside for this contract. Given the specialized nature of the product and the federal specifications involved, it is possible that larger manufacturers or specialized suppliers dominate this market segment. Further analysis would be needed to determine subcontracting opportunities for small businesses.
Oversight & Accountability
The General Services Administration (GSA) Federal Acquisition Service is responsible for this contract. Oversight is typically managed through contract administration, performance monitoring, and adherence to the terms and conditions of the firm fixed-price delivery order. The Government Accountability Office (GAO) could provide further oversight if protests or disputes arise.
Related Government Programs
- Aircraft Maintenance Supplies
- Federal Specifications Compliance
- Specialty Cleaning Products
- Warehousing and Storage Services
Risk Flags
- Limited Competition Potential
- Supply Chain Concentration Risk
- Specification Compliance Verification
Tags
gsa, federal-acquisition-service, warehousing-and-storage, cleaning-supplies, aircraft-maintenance, firm-fixed-price, full-and-open-competition, delivery-order, hawaii, specialty-materials
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $2,942.87 to M-80 SYSTEMS, INC.. CLOTH, CLEANING: IAW FEDERAL SPEC. CCC-C-46D & AMENDMENT 2. TYPE I-UNTREATED, CLASS 7-AIRCRAFT SOLVENT WIPER, SZ.-16-3/4 IN. BY 20-3/4 IN. UNIT OF ISSUE (AND BASIS FOR BID) IS A SHIPPING CONTAINER OF 8 DISPENSER BOXES, EA. BOX HOLDING 100 CLOTHS (800
Who is the contractor on this award?
The obligated recipient is M-80 SYSTEMS, INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $2,942.87.
What is the period of performance?
Start: 2026-04-08. End: 2026-04-11.
What is the historical spending pattern for aircraft solvent wipers by the GSA or other federal agencies?
Historical spending data for highly specific items like 'aircraft solvent wipers' can be challenging to isolate without precise procurement codes. However, agencies like the Department of Defense (DoD) and NASA are significant consumers of such materials due to their extensive aviation fleets. The General Services Administration (GSA) often acts as a procurement aggregator for various agencies. Analyzing past solicitations and awards using keywords related to 'aircraft wipers,' 'solvent cloths,' and relevant federal specifications (like CCC-C-46D) would reveal trends in volume, pricing, and awarded contractors. A review of historical data might show fluctuations based on fleet readiness, new aircraft procurements, or changes in maintenance protocols. Without access to a comprehensive historical database filtered for this exact item, it's difficult to provide precise figures, but it's reasonable to assume consistent, albeit potentially variable, demand driven by the operational needs of federal aviation assets.
How does the unit price of these aircraft solvent wipers compare to commercially available alternatives?
Direct comparison of the unit price for these specific aircraft solvent wipers to commercially available alternatives is complex due to the stringent federal specifications (CCC-C-46D, Type I-Untreated, Class 7-Aircraft Solvent Wiper) that these wipers must meet. Commercial cleaning cloths, even those designed for industrial use, may not possess the same material composition, absorbency, solvent compatibility, lint-free properties, or specific testing certifications required for aviation applications. Federal specifications often necessitate higher quality materials and more rigorous quality control, which typically translates to a higher unit cost. While a standard industrial wiper might cost significantly less per unit, it would likely not be suitable or compliant for aircraft maintenance. Therefore, the 'value' is derived from meeting the specific, non-negotiable requirements of the federal standard, rather than simply achieving the lowest possible price point.
What are the primary risks associated with the supply of these specialized cleaning materials?
The primary risks associated with the supply of these specialized cleaning materials revolve around supply chain reliability and quality assurance. Given that these wipers meet specific federal specifications, there may be a limited number of manufacturers capable of producing them to the required standard. This concentration of suppliers could lead to vulnerabilities if a key manufacturer experiences production issues, raw material shortages, or faces financial instability. Another risk is ensuring consistent quality control throughout the production process; any deviation from the federal specification could render the wipers unsuitable for aircraft use, potentially impacting safety and maintenance schedules. Furthermore, changes in federal specifications or the introduction of new, approved materials could render existing supply contracts obsolete or require costly re-qualification processes for suppliers.
What is the expected performance and effectiveness of these aircraft solvent wipers based on the federal specification?
The federal specification CCC-C-46D, particularly Amendment 2 and the Type I-Untreated, Class 7-Aircraft Solvent Wiper designation, dictates the expected performance and effectiveness. Type I generally refers to untreated wipers, meaning they are not pre-impregnated with cleaning solutions. Class 7 specifies 'Aircraft Solvent Wiper,' indicating their intended use for cleaning aircraft surfaces with solvents. This implies the wipers must possess high absorbency for solvents, excellent wiping efficiency to remove contaminants without leaving residue or lint, and sufficient strength to withstand the rigors of cleaning tasks without disintegrating. They are designed to be compatible with common aircraft cleaning solvents and must not introduce contaminants that could damage sensitive aircraft components or finishes. The effectiveness is measured by their ability to clean surfaces thoroughly and safely, meeting the stringent standards required for aviation maintenance.
How does the contract's duration and delivery schedule impact the government's ability to manage inventory and obsolescence?
The contract has a short duration, with an award date and an expected delivery date just three days apart (implied by the 'dur': 3). This indicates a 'just-in-time' delivery order rather than a long-term supply agreement. Such a short timeframe for delivery suggests the government is ordering a specific quantity needed imminently, likely to replenish existing stock or fulfill an immediate operational requirement. This approach minimizes the government's burden of long-term inventory management and reduces the risk of obsolescence, as the materials are intended for immediate use. It also implies that the contractor must have the product readily available or be able to produce and deliver it very quickly. For the government, this means less capital tied up in inventory and a lower risk of holding outdated or degraded materials, provided the ordering process is efficient and accurate.
Industry Classification
NAICS: Transportation and Warehousing › Warehousing and Storage › Other Warehousing and Storage
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 176 W MARINE CORPS DR, ASAN, GU, 96910
Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Economically Disadvantaged Women Owned Small Business, HUBZone Firm, Minority Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $2,943
Exercised Options: $2,943
Current Obligation: $2,943
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QSCC21D0003
IDV Type: IDC
Timeline
Start Date: 2026-04-08
Current End Date: 2026-04-11
Potential End Date: 2026-04-11 00:00:00
Last Modified: 2026-04-10
More Contracts from M-80 Systems, Inc.
- Tool KIT, Weapons Cleaning: - SEE Attached Document for Detail — $15.9K (General Services Administration)
- Paper, Copying, Xerographic Process: - SEE Attached Document for Detail — $15.0K (General Services Administration)
- Tool KIT, Weapons Cleaning: - SEE Attached Document for Detail — $8.4K (General Services Administration)
- Towel,Paperl Cleaning and Polishing and for USE in Cleaning OIL, Grease and Other Liquid Spills; Paper, Laminated, Commercial Grade, 93 Percent Biodegradable, Four-Ply, Nylon Reinforced; 2.625 Inches Minimum PER Side With Overall Area Minimum of 185 — $6.7K (General Services Administration)
- Padlock SET Shape, Solid Body, Corrosion Resistant Steel or Carbon Steel, Case Hardened Steel Shackle, Locks Keyed Alike, 1-KEY PER Lock, 2-Additional Keys PER SET, 1.170 Inch Vertical Shackle Clearance, .750 - .779inch Horizontal Shackleclearance,.3 — $5.3K (General Services Administration)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)