DOT awards $68K for relocatable tower repair, highlighting potential for localized infrastructure needs

Contract Overview

Contract Amount: $68,271 ($68.3K)

Contractor: US Tower Corp.

Awarding Agency: Department of Transportation

Start Date: 2025-08-28

End Date: 2026-08-31

Contract Duration: 368 days

Daily Burn Rate: $186/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: RELOCATABLE TOWER REPAIR (7). (5) TOWERS LOCATED AT MMAC OKLAHOMA CITY, OK, (1) TOWER LOCATED AT DERBY, VT, (1) TOWER LOCATED AT RICHFORD, VT

Place of Performance

Location: OKLAHOMA CITY, OKLAHOMA County, OKLAHOMA, 73169

State: Oklahoma Government Spending

Plain-Language Summary

Department of Transportation obligated $68,270.79 to US TOWER CORP. for work described as: RELOCATABLE TOWER REPAIR (7). (5) TOWERS LOCATED AT MMAC OKLAHOMA CITY, OK, (1) TOWER LOCATED AT DERBY, VT, (1) TOWER LOCATED AT RICHFORD, VT Key points: 1. Contract value appears modest, suggesting a focus on specific, localized repairs rather than large-scale infrastructure projects. 2. The award to US Tower Corp. indicates a reliance on established providers for specialized equipment maintenance. 3. Limited competition suggests potential for higher costs or a lack of readily available alternative providers for this niche service. 4. The contract duration of over a year allows for thorough execution of repair work. 5. Geographic distribution of towers (Oklahoma and Vermont) points to the need for dispersed maintenance capabilities. 6. The fixed-price nature of the contract provides cost certainty for the government.

Value Assessment

Rating: fair

The contract value of $68,270.79 for the repair of seven relocatable towers is relatively small. Benchmarking this against similar specialized tower repair contracts is difficult without more specific details on the nature of the repairs and the types of towers. However, the price seems reasonable for the scope of work described, especially considering the dispersed locations. The fixed-price contract type helps manage cost expectations.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning only one vendor was solicited. This approach is often used when a specific vendor possesses unique capabilities, proprietary technology, or when the requirement is so specialized that only one source can meet it. The lack of competition means the government did not benefit from a bidding process that could have driven down prices or offered alternative solutions.

Taxpayer Impact: Sole-source awards can lead to higher costs for taxpayers as there is no competitive pressure to ensure the best possible price. It also limits opportunities for other businesses to compete for government work.

Public Impact

The Federal Aviation Administration (FAA) benefits by ensuring the operational integrity of critical communication or navigation infrastructure. Services delivered include the repair of seven relocatable towers, maintaining essential government assets. The geographic impact spans multiple states, with towers located in Oklahoma City, Oklahoma, and Derby and Richford, Vermont. Workforce implications are likely minimal, involving specialized technicians for the repair work, potentially from the awarded contractor.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pricing and potential innovation.
  • Lack of transparency in the justification for sole-sourcing.
  • Potential for overpayment due to absence of competitive bids.

Positive Signals

  • Addresses a specific, identified need for infrastructure repair.
  • Fixed-price contract provides cost predictability.
  • Contract duration allows for adequate completion of work.

Sector Analysis

The contract falls within the 'Other Electronic Component Manufacturing' sector, specifically related to the maintenance and repair of specialized electronic infrastructure like towers. This niche market often involves a limited number of highly specialized service providers. The overall market for tower maintenance and repair is driven by the need to ensure the reliability of communication and navigation systems across various industries, including aviation, telecommunications, and broadcasting. Government spending in this area is crucial for maintaining critical national infrastructure.

Small Business Impact

This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements mentioned. The award went to US Tower Corp., which may or may not be a small business itself. Without further information on the contractor's size and subcontracting plans, the direct impact on the small business ecosystem is unclear, but the lack of a set-aside suggests it was not a primary consideration for this specific procurement.

Oversight & Accountability

Oversight for this contract would primarily reside with the Federal Aviation Administration (FAA), the contracting agency. As a purchase order under a fixed-price agreement, the primary accountability measure is the successful completion of the specified repairs by the agreed-upon deadline. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

  • FAA Air Traffic Control Tower Maintenance
  • Federal Communications Commission Spectrum Management
  • Department of Defense Communication Infrastructure

Risk Flags

  • Sole-source award without clear justification
  • Potential for uncompetitive pricing
  • Limited transparency in procurement process

Tags

transportation, federal-aviation-administration, purchase-order, firm-fixed-price, sole-source, infrastructure-maintenance, oklahoma, vermont, us-tower-corp, electronic-component-manufacturing

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $68,270.79 to US TOWER CORP.. RELOCATABLE TOWER REPAIR (7). (5) TOWERS LOCATED AT MMAC OKLAHOMA CITY, OK, (1) TOWER LOCATED AT DERBY, VT, (1) TOWER LOCATED AT RICHFORD, VT

Who is the contractor on this award?

The obligated recipient is US TOWER CORP..

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $68,270.79.

What is the period of performance?

Start: 2025-08-28. End: 2026-08-31.

What is the specific nature of the 'relocatable tower repair' required, and what technical expertise does US Tower Corp. possess that justifies a sole-source award?

The provided data indicates the repair of seven relocatable towers across three locations. The specific nature of the repairs is not detailed, but it likely involves structural integrity, electronic component maintenance, or antenna system servicing. A sole-source award to US Tower Corp. suggests they possess unique qualifications, proprietary knowledge, or specialized equipment essential for these particular towers. This could stem from the original manufacturing of the towers, specific repair methodologies they employ, or exclusive access to necessary parts. Without further documentation from the agency justifying the sole-source decision, it's difficult to definitively assess the necessity of this approach over a competitive bidding process. The FAA would typically require a Justification and Approval (J&A) document outlining these unique capabilities and the rationale for not seeking other sources.

How does the $68,270.79 contract value compare to typical costs for similar tower repair services, especially considering the dispersed locations?

The contract value of $68,270.79 for repairing seven relocatable towers is relatively modest, especially when spread across Oklahoma and Vermont. The average cost per tower would be approximately $9,753. This figure needs to be contextualized by the type and extent of repairs. Routine maintenance, minor component replacements, or structural checks would fall within this range. However, significant structural repairs, replacement of major electronic systems, or extensive work on multiple towers could push costs much higher. Benchmarking is challenging without knowing the specific services rendered. For instance, a simple antenna recalibration would be far less expensive than replacing a primary transmission component or reinforcing a tower's base. The dispersed locations also add logistical costs (travel, per diem) that are factored into the overall price.

What are the potential risks associated with awarding this contract on a sole-source basis, and how might they be mitigated?

The primary risk of a sole-source award is the potential for inflated pricing due to the absence of competitive pressure. Taxpayers may end up paying more than necessary for the services. Another risk is the lack of innovation or alternative solutions that a competitive process might uncover. Furthermore, it limits opportunities for other qualified vendors to gain experience and potentially offer better value in the future. Mitigation strategies, though limited post-award, could involve rigorous oversight of the work performed to ensure it meets all specifications and quality standards. Internally, the agency should maintain a database of potential vendors for future procurements in this category to encourage competition. For future similar needs, the agency could explore market research to identify multiple sources and potentially structure requirements to be more broadly competitive.

What is the historical spending pattern for relocatable tower repair by the Federal Aviation Administration, and does this contract represent an increase or decrease?

Analyzing historical spending patterns for 'relocatable tower repair' specifically by the Federal Aviation Administration (FAA) requires access to comprehensive federal procurement databases. Without direct access to such historical data, it's difficult to definitively state whether this $68,270.79 contract represents an increase or decrease. However, the FAA is responsible for a vast network of navigation and communication infrastructure, including towers. Spending on maintenance and repair of these assets is a continuous requirement. The relatively small value of this particular contract suggests it might be part of a larger, ongoing maintenance program or address a specific, localized need. If the FAA typically awards larger, multi-year contracts for tower maintenance, this could represent a smaller, targeted repair effort. Conversely, if such small, localized contracts are common, it might indicate a shift towards more decentralized maintenance.

What are the implications of the contract's fixed-price structure for both the government and the contractor, particularly concerning potential cost overruns or savings?

The Firm Fixed Price (FFP) contract structure offers significant advantages for the government by providing cost certainty. The total cost of the repairs is established upfront, meaning the government is not liable for cost overruns incurred by the contractor, assuming the scope of work remains unchanged. This simplifies budgeting and financial management. For the contractor, US Tower Corp., the FFP structure means they bear the risk of cost overruns. If their expenses for labor, materials, or unforeseen issues exceed their initial estimates, their profit margin will decrease, or they could incur a loss. Conversely, if they can complete the work efficiently and below their estimated cost, their profit margin will increase. This incentivizes the contractor to manage their resources effectively and perform the work as cost-efficiently as possible.

Industry Classification

NAICS: ManufacturingSemiconductor and Other Electronic Component ManufacturingOther Electronic Component Manufacturing

Product/Service Code: INSTALLATION OF EQUIPMENTINSTALLATION OF EQUIPMENT

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 6973GH-25-Q-00118

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1099 W ROPES AVE, WOODLAKE, CA, 93286

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $68,271

Exercised Options: $68,271

Current Obligation: $68,271

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Timeline

Start Date: 2025-08-28

Current End Date: 2026-08-31

Potential End Date: 2026-08-31 00:00:00

Last Modified: 2026-04-03

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending