DOT Awards $14.5M for BNATCS Voice Switch to Peraton Inc

Contract Overview

Contract Amount: $14,512,948 ($14.5M)

Contractor: Peraton Inc.

Awarding Agency: Department of Transportation

Start Date: 2026-01-09

End Date: 2028-12-31

Contract Duration: 1,087 days

Daily Burn Rate: $13.4K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: COST PLUS AWARD FEE

Sector: IT

Official Description: THIS DELIVERY ORDER IS FOR THE COMMUNICATION WORKSTREAM VOICE SWITCH NEEDS PACKAGE ON THE BNATCS IAC.

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20591

State: District of Columbia Government Spending

Plain-Language Summary

Department of Transportation obligated $14.5 million to PERATON INC. for work described as: THIS DELIVERY ORDER IS FOR THE COMMUNICATION WORKSTREAM VOICE SWITCH NEEDS PACKAGE ON THE BNATCS IAC. Key points: 1. Contract awarded to Peraton Inc. for communication workstream voice switch needs. 2. The contract falls under the Computer Systems Design Services NAICS code. 3. This is a Delivery Order under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. 4. The contract type is Cost Plus Award Fee, indicating performance-based incentives. 5. The contract duration is approximately 3 years.

Value Assessment

Rating: fair

The Cost Plus Award Fee structure can lead to higher costs if not managed effectively. Benchmarking against similar voice switch procurements is needed to assess value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, suggesting a competitive bidding process. However, the specific pricing discovery mechanisms within the Cost Plus Award Fee structure require further scrutiny.

Taxpayer Impact: Taxpayer funds are being used for critical communication infrastructure upgrades. The effectiveness of the competition and oversight will determine the ultimate value for money.

Public Impact

Ensures continued operation and modernization of critical FAA communication systems. Supports the Federal Aviation Administration's mission to maintain a safe and efficient airspace. Potential for improved voice communication reliability and capabilities for air traffic control.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the IT services sector, specifically focusing on computer systems design. Spending benchmarks for similar communication system upgrades within the federal government would provide further context.

Small Business Impact

The data does not indicate any specific subcontracting goals or participation by small businesses in this delivery order.

Oversight & Accountability

Oversight will be crucial to ensure Peraton Inc. meets performance objectives and manages costs effectively under the Cost Plus Award Fee structure. The FAA will need to monitor award fee criteria closely.

Related Government Programs

Risk Flags

Tags

computer-systems-design-services, department-of-transportation, dc, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $14.5 million to PERATON INC.. THIS DELIVERY ORDER IS FOR THE COMMUNICATION WORKSTREAM VOICE SWITCH NEEDS PACKAGE ON THE BNATCS IAC.

Who is the contractor on this award?

The obligated recipient is PERATON INC..

Which agency awarded this contract?

Awarding agency: Department of Transportation (Federal Aviation Administration).

What is the total obligated amount?

The obligated amount is $14.5 million.

What is the period of performance?

Start: 2026-01-09. End: 2028-12-31.

What is the estimated total cost for the 'Voice Switch Needs Package' and how does it compare to industry benchmarks for similar systems?

The total award amount is $14,512,948. Without detailed technical specifications and performance requirements, direct comparison to industry benchmarks is challenging. However, the Cost Plus Award Fee structure necessitates close monitoring to ensure costs remain reasonable and aligned with expected performance outcomes.

What are the key performance indicators (KPIs) tied to the award fee, and how will they be measured to ensure effective service delivery?

The specific Key Performance Indicators (KPIs) tied to the award fee are not detailed in the provided data. Effective oversight by the Federal Aviation Administration will require clearly defined and measurable KPIs related to system uptime, performance, reliability, and user satisfaction to ensure value for taxpayer money.

How will the FAA ensure that the Cost Plus Award Fee structure does not lead to unnecessary cost escalation for this critical communication system?

The FAA must implement robust oversight mechanisms, including regular cost reviews, performance monitoring against defined award fee criteria, and potentially independent cost analysis. Clear communication with the contractor about cost expectations and the rationale behind award fee decisions is essential to manage potential cost escalation.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesComputer Systems Design Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: COST PLUS AWARD FEE (R)

Evaluated Preference: NONE

Contractor Details

Parent Company: Veritas Capital Fund Management, L.L.C.

Address: 12975 WORLDGATE DR STE 7322, HERNDON, VA, 20170

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

Financial Breakdown

Contract Ceiling: $98,389,658

Exercised Options: $14,512,948

Current Obligation: $14,512,948

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: 693KA726D00003

IDV Type: IDC

Timeline

Start Date: 2026-01-09

Current End Date: 2028-12-31

Potential End Date: 2028-12-31 00:00:00

Last Modified: 2026-03-30

More Contracts from Peraton Inc.

View all Peraton Inc. federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending