Transportation awards $2.5M for electronic equipment repair, with no competition
Contract Overview
Contract Amount: $2,500,686 ($2.5M)
Contractor: Clear Align LLC
Awarding Agency: Department of Transportation
Start Date: 2024-08-06
End Date: 2025-04-30
Contract Duration: 267 days
Daily Burn Rate: $9.4K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 6973GH-21-D-00056 CONTRACT FUNDING
Place of Performance
Location: OKLAHOMA CITY, OKLAHOMA County, OKLAHOMA, 73169
State: Oklahoma Government Spending
Plain-Language Summary
Department of Transportation obligated $2.5 million to CLEAR ALIGN LLC for work described as: 6973GH-21-D-00056 CONTRACT FUNDING Key points: 1. Value for money is difficult to assess due to lack of competition. 2. The contract was awarded on a sole-source basis, limiting price discovery. 3. Risk indicators are moderate, with a fixed-price contract type mitigating some cost uncertainty. 4. Performance context is limited to repair and maintenance of electronic equipment. 5. This contract falls within the broader IT and equipment maintenance sector. 6. The award amount is relatively small in the context of federal spending.
Value Assessment
Rating: fair
Benchmarking the value for money is challenging as this contract was not competed. The fixed-price contract type provides some cost certainty for the government. However, without competitive bids, it's difficult to determine if the price is optimal or if it aligns with market rates for similar repair and maintenance services. Further analysis would require comparing the specific services and equipment covered to industry benchmarks.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded using a sole-source justification, meaning only one vendor, CLEAR ALIGN LLC, was solicited. This approach bypasses the standard competitive bidding process. While sole-source awards can be justified in specific circumstances (e.g., unique capabilities or urgent needs), they typically result in less price competition and potentially higher costs for the government compared to fully competed contracts.
Taxpayer Impact: The lack of competition means taxpayers may not be receiving the best possible price for these services, as there was no market pressure to drive down costs.
Public Impact
The Federal Aviation Administration (FAA) benefits from this contract by ensuring the continued operation of essential electronic equipment. Services delivered include repair and maintenance for electronic and precision equipment. The geographic impact is likely concentrated in areas where the FAA operates and requires this specific equipment. Workforce implications are minimal, primarily involving the technical staff of CLEAR ALIGN LLC.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition raises concerns about potential overpricing.
- Limited transparency into the justification for sole-source award.
- No clear mechanism for performance comparison against other potential providers.
Positive Signals
- Fixed-price contract type helps control costs once the price is set.
- The contractor, CLEAR ALIGN LLC, is being utilized for specific repair and maintenance needs.
- The contract has a defined period of performance, limiting long-term financial commitment.
Sector Analysis
This contract falls within the broader category of IT and electronic equipment maintenance and repair services. The federal market for such services is substantial, encompassing a wide range of equipment from IT infrastructure to specialized operational technology. Benchmarking this specific award requires understanding the niche of electronic and precision equipment repair, which can vary significantly in complexity and cost.
Small Business Impact
This contract was awarded to CLEAR ALIGN LLC and does not appear to have a small business set-aside component. There is no information provided regarding subcontracting plans. The sole-source nature of the award limits opportunities for small businesses to participate in this specific procurement.
Oversight & Accountability
Oversight for this contract would typically fall under the Federal Aviation Administration's contracting officer and program managers. Accountability measures are inherent in the fixed-price contract terms, requiring delivery of specified services. Transparency is limited due to the sole-source nature of the award, with details of the justification not publicly detailed in the provided data.
Related Government Programs
- Federal Aviation Administration Maintenance Contracts
- Electronic Equipment Repair Services
- IT Maintenance and Support Contracts
- Department of Transportation Procurement
Risk Flags
- Sole-source award lacks competitive pricing.
- Limited public information on award justification.
- Potential for unbenchmarked pricing.
Tags
transportation, federal-aviation-administration, clear-align-llc, not-competed, delivery-order, firm-fixed-price, electronic-equipment-repair, maintenance, oklahoma, it-services, precision-equipment
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $2.5 million to CLEAR ALIGN LLC. 6973GH-21-D-00056 CONTRACT FUNDING
Who is the contractor on this award?
The obligated recipient is CLEAR ALIGN LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $2.5 million.
What is the period of performance?
Start: 2024-08-06. End: 2025-04-30.
What is the track record of CLEAR ALIGN LLC in performing similar federal contracts?
Information regarding CLEAR ALIGN LLC's specific track record with federal contracts is not detailed in the provided data. To assess their performance history, one would need to consult federal procurement databases like SAM.gov or FPDS-NG for past awards, contract performance evaluations (e.g., CPARS), and any reported issues or successes. Without this historical data, it's difficult to gauge their reliability and expertise in fulfilling the requirements of this specific contract.
How does the awarded price compare to market rates for similar electronic equipment repair services?
Direct comparison of the awarded price to market rates is challenging without knowing the specific type of electronic and precision equipment being repaired and the scope of services. Since this was a sole-source award, there's no direct competitive benchmark. To perform a robust comparison, one would need to identify comparable contracts awarded through full and open competition, analyze the unit costs for similar repair tasks, and consider factors like labor rates, parts costs, and overhead specific to the equipment's complexity and the contractor's location.
What are the primary risks associated with this sole-source contract?
The primary risks associated with this sole-source contract include potential overpricing due to the lack of competition, limited transparency into the justification for the award, and a reduced incentive for the contractor to innovate or offer cost-saving efficiencies. There's also a risk that the government may not be aware of alternative solutions or more cost-effective providers. The government's ability to negotiate favorable terms is also diminished in a sole-source scenario.
How effective is the Federal Aviation Administration in managing its electronic equipment maintenance contracts?
The effectiveness of the FAA in managing its electronic equipment maintenance contracts cannot be determined solely from this single contract award. A comprehensive assessment would require analyzing a portfolio of such contracts, including their performance metrics, cost-effectiveness, and adherence to schedules. Factors to consider include the FAA's internal oversight processes, the quality of their performance evaluations, and their ability to leverage competition where appropriate to ensure value for taxpayer dollars.
What has been the historical spending pattern for electronic equipment repair and maintenance by the Federal Aviation Administration?
Historical spending patterns for electronic equipment repair and maintenance by the FAA would require analyzing procurement data over several fiscal years. This would involve identifying all contracts awarded for similar services, their values, and the types of equipment covered. Understanding these patterns can reveal trends in spending, identify key contractors, and highlight areas where spending may be increasing or decreasing, providing context for the current $2.5 million award.
Industry Classification
NAICS: Other Services (except Public Administration) › Electronic and Precision Equipment Repair and Maintenance › Other Electronic and Precision Equipment Repair and Maintenance
Product/Service Code: COMM/DETECT/COHERENT RADIATION
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 24 SIMON ST, NASHUA, NH, 03060
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Limited Liability Corporation, Manufacturer of Goods, Minority Owned Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $2,500,686
Exercised Options: $2,500,686
Current Obligation: $2,500,686
Actual Outlays: $2,500,461
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 6973GH20D00017
IDV Type: IDC
Timeline
Start Date: 2024-08-06
Current End Date: 2025-04-30
Potential End Date: 2026-04-15 00:00:00
Last Modified: 2026-03-16
More Contracts from Clear Align LLC
- 6973GH-20-D-00017 Adding Funding to Clin 00030 — $2.1M (Department of Transportation)
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)