GSA awards $2.3M contract for parachutes to Atlantic Diving Supply, Inc

Contract Overview

Contract Amount: $2,310,547 ($2.3M)

Contractor: Atlantic Diving Supply, Inc.

Awarding Agency: General Services Administration

Start Date: 2025-01-10

End Date: 2026-04-03

Contract Duration: 448 days

Daily Burn Rate: $5.2K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: RA1 PARACHUTES

Place of Performance

Location: WARREN, MACOMB County, MICHIGAN, 48091

State: Michigan Government Spending

Plain-Language Summary

General Services Administration obligated $2.3 million to ATLANTIC DIVING SUPPLY, INC. for work described as: RA1 PARACHUTES Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract is a delivery order under a larger indefinite-delivery/indefinite-quantity (IDIQ) contract. 3. The fixed-price nature of the contract shifts performance risk to the contractor. 4. The contract duration of 448 days indicates a medium-term supply requirement. 5. The North American Industry Classification System (NAICS) code 332999 points to a specialized manufacturing sector. 6. The contract is not set aside for small businesses, implying larger prime contractors were eligible.

Value Assessment

Rating: fair

Benchmarking the value of this specific delivery order is challenging without knowing the underlying IDIQ contract's terms and pricing structure. However, the total award amount of $2.3 million for specialized parachute equipment over approximately 1.5 years suggests a moderate investment. Further analysis would require comparing unit prices to similar parachute procurements or historical pricing under the parent IDIQ to assess if the pricing is competitive and reflects good value for money.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The data shows one award, but it's unclear from this snippet how many bids were received or if this was a single delivery order against a pre-existing IDIQ. A competitive process generally promotes price discovery and can lead to more favorable pricing for the government.

Taxpayer Impact: Full and open competition is generally beneficial for taxpayers as it encourages a wider range of suppliers to compete, potentially driving down costs and improving the quality of goods or services.

Public Impact

The primary beneficiaries are likely military or emergency response personnel who require parachute equipment. The contract delivers essential safety and operational equipment for personnel requiring aerial deployment. The geographic impact is not specified but likely relates to the deployment locations of the end-users. Workforce implications may include manufacturing and logistics jobs related to parachute production and distribution.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Miscellaneous Fabricated Metal Product Manufacturing sector (NAICS 332999), which encompasses a broad range of metal product fabrication. The market for specialized safety equipment like parachutes is niche but critical for defense, aviation, and emergency services. Comparable spending benchmarks would involve looking at other government procurements for similar safety and survival equipment, as well as the overall defense or aerospace manufacturing sector spending.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (sb: false) and is not a small business set-aside type (st: MI, which likely refers to a specific contract vehicle or set-aside type not directly related to small business status in this context). This suggests that the prime contract likely went to a larger entity capable of fulfilling the requirements, or that the competition was open to all responsible sources regardless of size. There is no direct information on subcontracting plans for small businesses within this specific delivery order snippet.

Oversight & Accountability

The General Services Administration (GSA) typically has robust oversight mechanisms for its contracts, including the Federal Acquisition Service (FAS). Accountability is managed through contract performance monitoring and adherence to the terms of the delivery order and the parent IDIQ contract. Transparency is generally maintained through public contract databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

gsa, general-services-administration, atlantic-diving-supply-inc, parachutes, fabrication, defense, safety-equipment, delivery-order, firm-fixed-price, full-and-open-competition, federal-acquisition-service, michigan

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $2.3 million to ATLANTIC DIVING SUPPLY, INC.. RA1 PARACHUTES

Who is the contractor on this award?

The obligated recipient is ATLANTIC DIVING SUPPLY, INC..

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $2.3 million.

What is the period of performance?

Start: 2025-01-10. End: 2026-04-03.

What is the specific type and technical specification of the parachutes being procured under this contract?

The provided data snippet does not specify the exact type or technical specifications of the parachutes. This information would typically be found in the detailed contract award documentation or the statement of work associated with the delivery order. Understanding the specifications (e.g., main canopies, reserve chutes, personnel vs. cargo, specific performance standards) is crucial for assessing the appropriateness of the price, the contractor's capability, and the overall value proposition. Without these details, comparisons to market rates or other procurements remain generalized.

How many bids were received for this specific delivery order, and what was the range of proposed prices?

The data indicates that this was a single award delivery order (no: 1) under a larger contract vehicle. However, it does not explicitly state the number of bids received for this particular order or the pricing details of competing offers. While awarded under 'full and open competition,' this usually refers to the eligibility of bidders for the parent IDIQ or the overall contract type. To fully assess price discovery and value, knowing the number of competing bids and their respective prices for this specific delivery order is essential. This information is typically available in more detailed contract award databases.

What is the track record of Atlantic Diving Supply, Inc. in supplying similar parachute equipment to the government?

Atlantic Diving Supply, Inc. (ADS) is a known government contractor, often supplying a wide range of equipment, including tactical gear, survival equipment, and apparel. While ADS has a significant presence in government contracting, their specific track record with parachute systems would need to be verified through detailed contract history analysis. This would involve examining past performance on similar contracts, including delivery timeliness, quality of goods, and adherence to specifications. A review of past performance evaluations (if available) would provide further insight into their reliability for this type of specialized equipment.

How does the per-unit cost of these parachutes compare to similar government procurements or commercial market rates?

Without the specific unit count and the total price breakdown for the parachutes, a direct per-unit cost comparison is not possible from the provided data. The total award is $2,310,547.44 for 448 days of performance. To benchmark the per-unit cost, one would need to know the quantity of parachutes being procured and their individual prices. This information would then be compared against historical government contracts for similar parachute systems (e.g., from DLA or other military branches) and against commercial off-the-shelf (COTS) pricing from manufacturers or distributors. The nature of specialized military-grade equipment often commands higher prices than standard commercial versions.

What is the historical spending pattern for parachute procurement by the General Services Administration or related agencies?

The provided data snippet focuses on a single contract award and does not offer historical spending patterns. To analyze historical spending, one would need to query federal procurement databases (like FPDS or USASpending) for parachute-related procurements over several fiscal years, filtering by agency (e.g., GSA, DLA, specific military branches), contract type, and product classification. This would reveal trends in spending volume, average contract values, key contractors, and the evolution of pricing over time. GSA's role is often as an intermediary or provider of contract vehicles, so much of the direct spending on specialized items like parachutes might originate from defense agencies.

Are there any specific performance risks associated with this contract, such as supply chain vulnerabilities or technical obsolescence?

The primary performance risks for a contract involving specialized equipment like parachutes often revolve around the reliability and quality of the manufactured goods. Risks could include potential defects in materials or construction, leading to safety failures. Supply chain vulnerabilities might exist if key components are sourced from limited suppliers or geographically concentrated areas. Technical obsolescence is less likely for fundamental safety equipment like parachutes unless specific advanced features are required that rapidly become outdated. The firm fixed-price nature shifts financial risk to the contractor, but safety and operational risks remain critical considerations that require robust quality assurance and testing protocols.

Industry Classification

NAICS: ManufacturingOther Fabricated Metal Product ManufacturingAll Other Miscellaneous Fabricated Metal Product Manufacturing

Product/Service Code: AEROSPACE CRAFT COMPONENTS AND ACCESSORIES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 47QSWC25Q0040

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 621 LYNNHAVEN PKWY, VIRGINIA BEACH, VA, 23452

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $2,310,547

Exercised Options: $2,310,547

Current Obligation: $2,310,547

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $1,353,913

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 47QSMA19D08Q1

IDV Type: FSS

Timeline

Start Date: 2025-01-10

Current End Date: 2026-04-03

Potential End Date: 2026-04-03 00:00:00

Last Modified: 2026-02-03

More Contracts from Atlantic Diving Supply, Inc.

View all Atlantic Diving Supply, Inc. federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending