GSA awards $3.78M contract for aircraft solvent wipers, highlighting a niche but essential supply chain need

Contract Overview

Contract Amount: $3,784 ($3.8K)

Contractor: M-80 Systems, Inc.

Awarding Agency: General Services Administration

Start Date: 2026-04-09

End Date: 2026-04-12

Contract Duration: 3 days

Daily Burn Rate: $1.3K/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 $3,783.69 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 potential for competitive pricing. 3. Risk indicators are low, with a short duration and firm fixed-price contract type. 4. Performance context is straightforward, focused on delivering a specific type of cleaning cloth. 5. Sector positioning is within general government supply, supporting aviation maintenance needs.

Value Assessment

Rating: good

The unit price for a shipping container of 800 aircraft solvent wipers is approximately $3,783.69. Benchmarking this specific item is challenging due to its specialized nature and adherence to Federal Specification CCC-C-46D. However, the price appears within a reasonable range for industrial-grade cleaning supplies, especially considering the stringent quality requirements for aircraft maintenance.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition after exclusion of sources, indicating that multiple vendors were likely solicited. The presence of two bidders suggests a degree of competition, which is generally positive for price discovery and ensuring the government receives competitive offers.

Taxpayer Impact: The competitive bidding process helps ensure taxpayer dollars are used efficiently by driving down costs for essential supplies like these aircraft wipers.

Public Impact

Aviation maintenance personnel benefit from access to specialized cleaning materials. The contract ensures the availability of critical supplies for aircraft cleaning and solvent wiping. Geographic impact is primarily national, supporting federal agencies with aviation fleets. Workforce implications are minimal, as this is a supply contract rather than a service requiring significant labor.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for supply chain disruptions if the awarded vendor faces production issues.
  • Ensuring consistent quality and adherence to Federal Specification CCC-C-46D over the contract duration.

Positive Signals

  • Firm fixed-price contract limits cost overruns.
  • Short contract duration reduces long-term financial commitment and allows for re-competition.
  • Awarded to a vendor with a history of supplying government contracts (implied by award).

Sector Analysis

This contract falls within the broader government procurement sector for industrial supplies and maintenance materials. The market for specialized aircraft cleaning supplies is niche, driven by strict regulatory and performance standards. Comparable spending benchmarks would typically be found within the General Services Administration's (GSA) Federal Supply Schedule for cleaning and maintenance items, though specific aircraft-grade wipers are less common than general cleaning products.

Small Business Impact

The data indicates this contract was not set aside for small businesses, and the awarded vendor, M-80 SYSTEMS, INC., is not explicitly identified as a small business in this snippet. There is no information provided regarding subcontracting plans, so the direct impact on the small business ecosystem is unclear from this award alone.

Oversight & Accountability

Oversight for this contract would primarily fall under the General Services Administration (GSA), specifically the Federal Acquisition Service. Accountability measures are inherent in the firm fixed-price contract type, requiring the vendor to deliver specified goods. Transparency is facilitated by the public nature of contract awards, though detailed performance monitoring data is not provided here.

Related Government Programs

  • Aircraft Maintenance Supplies
  • Federal Specifications Compliance
  • Industrial Cleaning Materials
  • Government Warehousing and Storage

Risk Flags

  • Supply Chain Risk
  • Quality Assurance Compliance
  • Specification Adherence

Tags

gsa, federal-acquisition-service, aircraft-supplies, cleaning-supplies, firm-fixed-price, full-and-open-competition, delivery-order, industrial-supplies, warehousing-and-storage, mid-size-contract, specialty-materials

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $3,783.69 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 $3,783.69.

What is the period of performance?

Start: 2026-04-09. End: 2026-04-12.

What is the historical spending pattern for aircraft solvent wipers by the GSA or other federal agencies?

Historical spending data for this specific item, 'aircraft solvent wipers' adhering to CCC-C-46D, is not readily available in public databases without more granular searching. However, the General Services Administration (GSA) manages a vast array of cleaning and maintenance supplies through its Federal Supply Schedules. Agencies like the Department of Defense (DoD) and NASA are significant purchasers of aviation-related supplies. Analyzing broader categories of 'cleaning compounds' or 'wiping cloths' within GSA's procurement history might reveal trends, but the specificity of this contract suggests it caters to a particular, possibly recurring, but not necessarily high-volume, demand. The current award of $3.78 million over three years indicates a consistent need, but without prior contract data, it's difficult to establish a long-term spending trajectory or identify significant historical fluctuations.

How does the price of these aircraft solvent wipers compare to commercially available alternatives?

Direct price comparison to commercially available alternatives is challenging due to the specialized nature of the 'aircraft solvent wiper' and its adherence to Federal Specification CCC-C-46D, Type I-Untreated. Commercial cleaning wipes, even those marketed for industrial use, may not meet the same stringent material, absorbency, and solvent compatibility standards required for aircraft maintenance. The unit price of approximately $4.73 per shipping container (800 cloths) suggests a cost-effective procurement through a federal contract. However, without knowing the exact commercial equivalents that meet similar (or lesser) specifications, a precise benchmark is elusive. It is common for government-specified items to have different pricing structures than off-the-shelf commercial products, influenced by bulk purchasing, specific testing requirements, and vendor overhead for government contracts.

What are the primary risks associated with this contract, and how are they mitigated?

The primary risks for this contract are related to supply chain reliability and quality assurance. If M-80 SYSTEMS, INC. experiences production issues or cannot consistently meet the stringent requirements of Federal Specification CCC-C-46D, it could disrupt aircraft maintenance operations for the end-users. Mitigation strategies include the firm fixed-price contract type, which incentivizes the vendor to perform to specification to receive payment. The short duration (3 years) also limits the government's exposure to potential long-term vendor performance issues. Furthermore, the 'full and open competition' process, with two bidders, suggests a market with at least some capacity to supply these specialized items, reducing the risk of a single point of failure. The government's quality assurance personnel would also be responsible for inspecting the delivered goods to ensure compliance.

What is the expected impact of this contract on the aviation maintenance sector?

This contract ensures a reliable supply of a critical consumable for aviation maintenance, specifically aircraft solvent wipers. By securing these materials through a competitive federal contract, agencies and contractors involved in aircraft upkeep can maintain operational readiness and safety standards. The availability of these specialized wipers supports routine cleaning, degreasing, and preparation tasks essential for aircraft airworthiness. While this specific contract is for a relatively small dollar amount ($3.78 million), it represents a component of the larger ecosystem of supplies and services required to keep aircraft fleets functional and safe. Its impact is therefore focused on enabling the day-to-day operations of maintenance personnel rather than driving large-scale technological advancements or sector-wide economic shifts.

How does the 'full and open competition after exclusion of sources' clause affect this procurement?

The 'full and open competition after exclusion of sources' clause is a specific method of procurement used when certain conditions are met, often related to national security or when prior attempts at full and open competition were unsuccessful. In this case, it implies that while the government intended to achieve full and open competition, there might have been a reason to exclude certain sources initially, or perhaps a specific justification was needed to proceed. However, the outcome was still a competitive process where all responsible sources were permitted to submit offers. The fact that two bids were received suggests that the exclusion, if any, did not unduly limit the competitive landscape for this particular requirement. This clause aims to balance the need for competition with specific agency requirements or circumstances, ensuring that the government still seeks the best value from a competitive pool.

Industry Classification

NAICS: Transportation and WarehousingWarehousing and StorageOther 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: $3,784

Exercised Options: $3,784

Current Obligation: $3,784

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: 2026-04-09

Current End Date: 2026-04-12

Potential End Date: 2026-04-12 00:00:00

Last Modified: 2026-04-10

More Contracts from M-80 Systems, Inc.

View all M-80 Systems, Inc. federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending