Transportation awards $6.86M option year for engineering and logistics support to S&K Mission Support
Contract Overview
Contract Amount: $6,859,238 ($6.9M)
Contractor: S&K Mission Support, LLC
Awarding Agency: Department of Transportation
Start Date: 2025-04-23
End Date: 2026-04-30
Contract Duration: 372 days
Daily Burn Rate: $18.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: LABOR HOURS
Sector: Other
Official Description: FUNDING THE OPTION YEAR 1 FOR THE ENGINEERING AND LOGISTICS SUPPORT SERVICES CONTRACT, 6973GH-24-D-00038 FROM 05/01/25 TO 04/30/26.
Place of Performance
Location: OKLAHOMA CITY, OKLAHOMA County, OKLAHOMA, 73169
State: Oklahoma Government Spending
Plain-Language Summary
Department of Transportation obligated $6.9 million to S&K MISSION SUPPORT, LLC for work described as: FUNDING THE OPTION YEAR 1 FOR THE ENGINEERING AND LOGISTICS SUPPORT SERVICES CONTRACT, 6973GH-24-D-00038 FROM 05/01/25 TO 04/30/26. Key points: 1. Contract provides essential engineering and logistics support, crucial for maintaining operational efficiency. 2. The award is an option year, suggesting satisfactory performance in prior periods. 3. Competition was conducted under 'full and open after exclusion of sources,' indicating a potentially limited but justified bidding process. 4. The contract type is 'labor hours,' which can offer flexibility but requires careful monitoring of hours utilized. 5. S&K Mission Support, LLC is the incumbent contractor, likely possessing institutional knowledge. 6. The contract value for this option year is $6.86 million. 7. The duration of this option year is approximately 12 months.
Value Assessment
Rating: good
The contract value of $6.86 million for one year of engineering and logistics support appears reasonable given the specialized nature of the services. Benchmarking against similar contracts for engineering and logistics support within the Department of Transportation or other federal agencies would provide a more precise value assessment. However, the option year structure implies that the initial contract was competitively awarded and that the pricing was deemed acceptable.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under 'full and open competition after exclusion of sources.' This solicitation method suggests that while the competition was intended to be broad, certain sources were excluded, possibly due to specific requirements or prior performance issues. The number of bidders is not specified, but this approach can sometimes lead to less competitive pricing compared to unrestricted full and open competition.
Taxpayer Impact: Taxpayers benefit from specialized support services, but the exclusion of sources warrants scrutiny to ensure the best possible price was achieved.
Public Impact
The Federal Aviation Administration (FAA) benefits from continued engineering and logistics support, ensuring the smooth operation of its programs. Services delivered are critical for the maintenance and enhancement of aviation infrastructure and systems. The geographic impact is likely national, supporting FAA operations across the United States. Workforce implications include continued employment for personnel involved in engineering and logistics support, potentially including S&K Mission Support's staff.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if labor hours are not managed efficiently.
- Limited competition could result in less favorable pricing than a fully open bid.
- Dependence on a single contractor for critical support functions.
Positive Signals
- Option year award suggests contractor performance has met expectations.
- Specialized engineering and logistics support are vital for agency operations.
- Incumbency may lead to efficient knowledge transfer and reduced ramp-up time.
Sector Analysis
This contract falls within the Engineering Services sector (NAICS 541330), which encompasses firms that provide engineering consulting and design services. The federal government is a significant consumer of these services, particularly for large-scale infrastructure projects and complex system maintenance. The market for engineering services is competitive, with many firms capable of providing specialized support. This contract represents a portion of the broader federal spending on professional engineering services, which can range from architectural design to systems engineering and logistics planning.
Small Business Impact
The data indicates that small business participation (ss: false, sb: false) was not a primary set-aside consideration for this specific contract. Therefore, there are no direct subcontracting implications for small businesses stemming from a small business set-aside. The focus appears to be on securing specialized engineering and logistics expertise, with the primary contractor not being a small business.
Oversight & Accountability
Oversight for this contract is likely managed by the Federal Aviation Administration (FAA) contracting officers and program managers. Accountability measures would include performance metrics outlined in the contract, regular reporting requirements, and adherence to labor hour tracking. Transparency is generally maintained through contract award databases, though specific performance details may be internal. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Federal Aviation Administration Operations Support
- Department of Transportation Engineering Services
- Logistics and Supply Chain Management Contracts
- Professional Services Contracts
Risk Flags
- Limited competition due to source exclusion
- Potential for cost creep in labor hour contracts without strict oversight
Tags
engineering-services, logistics-support, department-of-transportation, federal-aviation-administration, option-year, labor-hours, limited-competition, professional-services, s-and-k-mission-support, oklahoma
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $6.9 million to S&K MISSION SUPPORT, LLC. FUNDING THE OPTION YEAR 1 FOR THE ENGINEERING AND LOGISTICS SUPPORT SERVICES CONTRACT, 6973GH-24-D-00038 FROM 05/01/25 TO 04/30/26.
Who is the contractor on this award?
The obligated recipient is S&K MISSION SUPPORT, LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $6.9 million.
What is the period of performance?
Start: 2025-04-23. End: 2026-04-30.
What is the historical spending trend for this specific contract vehicle (6973GH-24-D-00038) over its life cycle?
The provided data focuses on the option year 1 award of $6.86 million for the period of 05/01/25 to 04/30/26. To understand the historical spending trend, one would need access to data from the base contract period and any previous option years. This would involve examining the initial award amount, any modifications, and the total obligated amounts for each preceding year. Without this historical data, it's impossible to determine if the current option year's funding represents an increase, decrease, or stable level of spending compared to previous periods. Analyzing past spending would also reveal the contractor's performance and the agency's continued reliance on these services.
How does the pricing structure (labor hours) compare to fixed-price or time-and-materials contracts for similar engineering and logistics support services?
Labor hour contracts, like this one, offer flexibility as the government pays for the actual hours worked by the contractor's personnel at pre-negotiated hourly rates. This can be advantageous when the scope of work is not precisely defined or is expected to change. However, it carries a risk of cost overruns if not carefully managed and monitored. Fixed-price contracts offer greater cost certainty for the government but require a well-defined scope of work upfront. Time-and-materials contracts fall in between, with fixed hourly labor rates and ceilings on material costs. For engineering and logistics support, if the tasks are routine and predictable, a fixed-price contract might offer better value. If the work is highly variable and requires significant adaptation, labor hours or T&M could be more appropriate, but require robust oversight to ensure efficiency and prevent inflated billing.
What specific engineering and logistics functions are covered under this contract, and how critical are they to the FAA's mission?
The contract specifies 'Engineering and Logistics Support Services.' While the exact breakdown isn't detailed in the provided data, these services typically encompass a range of activities crucial for the FAA. Engineering support could include technical analysis, system design, maintenance planning, and troubleshooting for aviation systems and infrastructure. Logistics support likely involves managing the supply chain for parts and equipment, inventory control, transportation, and warehousing to ensure that necessary components are available when and where needed. These functions are critical to the FAA's mission of ensuring the safety and efficiency of civil aviation, maintaining air traffic control systems, and supporting airport infrastructure.
What is the track record of S&K Mission Support, LLC with federal contracts, particularly within the Department of Transportation?
S&K Mission Support, LLC has a history of performing federal contracts. As the incumbent on this specific delivery order (6973GH-24-D-00038), their performance in the base period likely met the FAA's expectations, leading to the award of this option year. To fully assess their track record, a review of their contract history across various agencies, including the Department of Transportation, would be necessary. This would involve examining past performance evaluations, any contract disputes or terminations, and the types and values of contracts they have successfully managed. Their experience as an incumbent suggests a level of competence and reliability in delivering the required services.
Given the 'full and open competition after exclusion of sources' method, what are the potential risks and benefits for the FAA in terms of innovation and cost-effectiveness?
The 'full and open competition after exclusion of sources' method aims to balance broad competition with specific agency needs. The benefit is that it allows the agency to solicit proposals from a wide range of qualified vendors while excluding those who may not meet stringent technical, security, or past performance requirements. This can lead to a pool of highly capable bidders. However, the exclusion of certain sources, even if justified, inherently limits the competitive landscape. This could potentially reduce the pressure on bidders to offer the most innovative solutions or the lowest prices compared to unrestricted full and open competition. The risk is that the FAA might not receive the absolute best value if a highly competitive, unrestricted process could have yielded more diverse and cost-effective proposals.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: LABOR HOURS (Z)
Evaluated Preference: NONE
Contractor Details
Address: 63066 OLD HIGHWAY 93 STE M, SAINT IGNATIUS, MT, 59865
Business Categories: 8(a) Program Participant, American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $6,859,238
Exercised Options: $6,859,238
Current Obligation: $6,859,238
Actual Outlays: $4,101,727
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 6973GH24D00038
IDV Type: IDC
Timeline
Start Date: 2025-04-23
Current End Date: 2026-04-30
Potential End Date: 2026-04-30 00:00:00
Last Modified: 2026-03-24
More Contracts from S&K Mission Support, LLC
- Rampod IT Services — $21.1M (Department of Defense)
- LOS Alamos Technical Assistance Task Order Issued Under the EM Site Tacs Idiq — $10.2M (Department of Energy)
- Scope of Task Order 89303325FEM400452 Includes ALL Environmental Remediation Support Required Through Site Closure, Including Program Management, Project Controls, Safety and Health, and Information Technology and Communications Supports — $3.9M (Department of Energy)
- R10 Facilities Support Services Contract — $3.2M (Environmental Protection Agency)
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)