DOT Awards $13.6M for Penn Station Study to Kimley-Horn, Optimizing Future Services
Contract Overview
Contract Amount: $13,579,070 ($13.6M)
Contractor: Kimley-Horn and Associates Inc
Awarding Agency: Department of Transportation
Start Date: 2025-09-29
End Date: 2027-09-28
Contract Duration: 729 days
Daily Burn Rate: $18.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Transportation
Official Description: NEW YORK PENN STATION SERVICE OPTIMIZATION STUDY
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20001
Plain-Language Summary
Department of Transportation obligated $13.6 million to KIMLEY-HORN AND ASSOCIATES INC for work described as: NEW YORK PENN STATION SERVICE OPTIMIZATION STUDY Key points: 1. Study aims to optimize services at a major transportation hub. 2. Kimley-Horn, a large engineering firm, secured the contract. 3. Competition was full and open, suggesting potential for competitive pricing. 4. The sector is transportation consulting, a critical area for infrastructure.
Value Assessment
Rating: good
The contract value of $13.6 million for a two-year study appears reasonable given the scope of optimizing services for a major hub like Penn Station. Benchmarking against similar large-scale transportation consulting studies would provide further context.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which typically allows for a wider range of bidders and can lead to more competitive pricing. The fixed-price contract type further supports price discovery.
Taxpayer Impact: Taxpayer funds are being used for a study aimed at improving efficiency and service at a critical national transportation asset, potentially leading to long-term cost savings and better passenger experience.
Public Impact
Enhances efficiency and passenger experience at a vital transportation hub. Supports infrastructure planning and modernization efforts. Provides insights for future transportation investments and service delivery.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep in a complex optimization study.
- Ensuring effective implementation of study recommendations.
Positive Signals
- Focus on service optimization at a high-impact location.
- Use of full and open competition.
- Firm fixed-price contract promotes cost control.
Sector Analysis
This contract falls within the Engineering Services sector, specifically related to transportation infrastructure consulting. Spending in this area is crucial for maintaining and improving national transit systems, with benchmarks varying widely based on project complexity and scale.
Small Business Impact
The contract was awarded to Kimley-Horn and Associates Inc., a large firm. There is no indication that small businesses were specifically targeted or subcontracted for this particular award, which is common for large-scale engineering studies.
Oversight & Accountability
The Federal Railroad Administration is responsible for overseeing this contract. Standard oversight procedures for delivery orders under larger indefinite-delivery contracts would apply, focusing on performance, schedule, and adherence to the fixed-price terms.
Related Government Programs
- Engineering Services
- Department of Transportation Contracting
- Federal Railroad Administration Programs
Risk Flags
- Potential for scope creep.
- Dependency on external factors for implementation.
- Ensuring robust data collection and analysis.
- Effective stakeholder engagement and buy-in.
Tags
engineering-services, department-of-transportation, dc, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $13.6 million to KIMLEY-HORN AND ASSOCIATES INC. NEW YORK PENN STATION SERVICE OPTIMIZATION STUDY
Who is the contractor on this award?
The obligated recipient is KIMLEY-HORN AND ASSOCIATES INC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Railroad Administration).
What is the total obligated amount?
The obligated amount is $13.6 million.
What is the period of performance?
Start: 2025-09-29. End: 2027-09-28.
What specific metrics will be used to define 'service optimization' for Penn Station?
The study's success will hinge on clearly defined metrics for service optimization. These could include passenger wait times, on-time performance of trains, operational efficiency of station staff, energy consumption, and overall passenger satisfaction. The contract should specify how these metrics will be measured, baseline established, and targets set for improvement.
What are the potential risks associated with implementing the study's recommendations?
Implementing recommendations carries risks such as significant capital investment requirements, potential disruption to ongoing operations during upgrades, resistance from stakeholders (e.g., transit agencies, unions), and unforeseen technical challenges. A thorough risk assessment and mitigation plan should be part of the study's deliverables to address these potential issues proactively.
How will the study ensure long-term value and cost-effectiveness for taxpayers?
Long-term value will be achieved if the study leads to demonstrable improvements in operational efficiency, reduced maintenance costs, and enhanced passenger throughput, thereby increasing revenue or reducing subsidies. Cost-effectiveness will be measured by comparing the study's implementation costs against the realized operational savings and benefits over time.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 693JJ625Q000027
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 421 FAYETTEVILLE ST, RALEIGH, NC, 27601
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $13,579,070
Exercised Options: $13,579,070
Current Obligation: $13,579,070
Actual Outlays: $1,331,222
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS10F0501X
IDV Type: FSS
Timeline
Start Date: 2025-09-29
Current End Date: 2027-09-28
Potential End Date: 2027-09-28 00:00:00
Last Modified: 2025-09-24
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)