DOT awards $896K for battery equipment and software, with delivery expected by April 2026
Contract Overview
Contract Amount: $8,960 ($9.0K)
Contractor: First Logistex, Inc.
Awarding Agency: Department of Transportation
Start Date: 2026-04-08
End Date: 2026-09-11
Contract Duration: 156 days
Daily Burn Rate: $57/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: DC SYSTEMS BATTERY EQUIPMENT PURCHASE AND INSTALLATION. JCN:26000582 & LOC:QMN DCBUS, JCN:24015855 & LOC:FLO DCBUS. FLO RTR: F&E DC SYSTEMS BATTERY. JCN: 24015855, LOC: FLO RTR, FLORENCE, SC - FUNDING FOR UXTM SOFTWARE AND/OR HARDWARE R
Place of Performance
Location: PEYTON, EL PASO County, COLORADO, 80831
State: Colorado Government Spending
Plain-Language Summary
Department of Transportation obligated $8,960 to FIRST LOGISTEX, INC. for work described as: DC SYSTEMS BATTERY EQUIPMENT PURCHASE AND INSTALLATION. JCN:26000582 & LOC:QMN DCBUS, JCN:24015855 & LOC:FLO DCBUS. FLO RTR: F&E DC SYSTEMS BATTERY. JCN: 24015855, LOC: FLO RTR, FLORENCE, SC - FUNDING FOR UXTM SOFTWARE AND/OR HARDWARE R Key points: 1. The contract value of $896,000 appears reasonable for battery equipment and installation, but requires benchmarking against similar projects. 2. Competition dynamics are favorable, with the contract being competed under SAP, suggesting a healthy market for these services. 3. Risk indicators are moderate, primarily related to delivery timelines and potential integration challenges with existing systems. 4. Performance context is tied to the Federal Aviation Administration's operational needs for DC systems. 5. Sector positioning is within the broader transportation infrastructure and technology support services.
Value Assessment
Rating: good
The contract value of $896,000 for battery equipment and installation, along with software, seems within a reasonable range for specialized infrastructure upgrades. However, a precise value-for-money assessment would benefit from comparison with recent, similar procurements by the FAA or other transportation agencies. Without specific details on the technology's capabilities and expected lifespan, it's difficult to definitively benchmark its cost-effectiveness against market alternatives or the total cost of ownership.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This contract was competed under SAP (Simplified Acquisition Procedures), which typically involves a limited number of bidders compared to full and open competition. While SAP aims to streamline procurement for smaller value contracts, it may not always yield the most competitive pricing. The fact that there were two bidders suggests some level of competition, but the extent to which this drove down costs is not fully ascertainable without knowing the bid spread.
Taxpayer Impact: The use of SAP suggests an effort to balance procurement efficiency with cost control. While not as robust as full and open competition, it likely provided taxpayers with a reasonable price given the contract's value and scope.
Public Impact
The primary beneficiaries are the Federal Aviation Administration, which will receive upgraded DC systems and battery equipment to support its operations. The services delivered include the purchase and installation of battery equipment and potentially UXTM software/hardware, enhancing power reliability. The geographic impact is focused on specific DC bus locations within the Florence, SC area, supporting critical infrastructure. Workforce implications may include the need for skilled technicians for installation and maintenance, potentially benefiting local or specialized labor pools.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for delays in delivery or installation impacting operational readiness.
- Integration challenges with existing DC systems and software could lead to performance issues.
- The long-term reliability and maintenance costs of the battery equipment are not fully detailed.
Positive Signals
- The contract is competitively bid under SAP, indicating some market validation of the proposed solution.
- The fixed-price contract structure provides cost certainty for the government.
- The specified delivery and installation timeline is relatively short, suggesting a focused effort.
Sector Analysis
This contract falls within the broader industrial sector of battery manufacturing and energy storage solutions, which is a growing market driven by demand for reliable power and renewable energy integration. Within the federal landscape, spending on such equipment supports critical infrastructure maintenance and modernization across various agencies. Comparable spending benchmarks would typically be found in procurements for uninterruptible power supplies (UPS), backup power systems, and energy management solutions for government facilities.
Small Business Impact
The provided data does not indicate if this contract included a small business set-aside or if First Logistex, Inc. is a small business. Therefore, the direct impact on the small business ecosystem and subcontracting opportunities for small businesses cannot be assessed from this information. Further investigation into the contractor's size status and subcontracting plans would be necessary.
Oversight & Accountability
Oversight for this contract would primarily reside with the Federal Aviation Administration contracting officers and program managers. Accountability measures are embedded in the firm fixed-price contract terms, requiring delivery of specified goods and services by a certain date. Transparency is facilitated by the public nature of federal contract awards, though detailed performance metrics and internal oversight processes are not publicly disclosed.
Related Government Programs
- Federal Aviation Administration Infrastructure Modernization Programs
- Department of Transportation Energy Efficiency Initiatives
- Government Facility Power and Backup Systems Procurement
- Uninterruptible Power Supply (UPS) Systems Contracts
Risk Flags
- Potential for delivery delays
- Risk of integration issues with existing systems
- Uncertainty regarding long-term maintenance costs
- Limited competition under SAP may impact price optimization
Tags
transportation, federal-aviation-administration, south-carolina, competed, delivery-order, firm-fixed-price, it-hardware, energy-storage, infrastructure, battery-manufacturing
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $8,960 to FIRST LOGISTEX, INC.. DC SYSTEMS BATTERY EQUIPMENT PURCHASE AND INSTALLATION. JCN:26000582 & LOC:QMN DCBUS, JCN:24015855 & LOC:FLO DCBUS. FLO RTR: F&E DC SYSTEMS BATTERY. JCN: 24015855, LOC: FLO RTR, FLORENCE, SC - FUNDING FOR UXTM SOFTWARE AND/OR HARDWARE R
Who is the contractor on this award?
The obligated recipient is FIRST LOGISTEX, INC..
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $8,960.
What is the period of performance?
Start: 2026-04-08. End: 2026-09-11.
What is the specific type and capacity of the battery equipment being purchased, and how does it compare to industry standards for similar FAA facilities?
The provided data does not specify the exact type, capacity (e.g., in kWh or Ah), or technical specifications of the battery equipment. To assess its suitability and value, a comparison against industry standards for similar FAA facilities would require access to the detailed technical specifications within the contract solicitation (e.g., Performance Work Statement or Statement of Work). Factors like expected lifespan, charge/discharge cycles, operating temperature range, and safety certifications would be crucial for benchmarking against market offerings and ensuring it meets the operational demands of the DC bus systems.
What is the track record of First Logistex, Inc. in delivering similar battery equipment and installation services to federal agencies?
Information on First Logistex, Inc.'s specific track record for delivering battery equipment and installation services to federal agencies is not detailed in the provided data. A comprehensive assessment would involve reviewing past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), contract history, and any reported issues or successes on similar projects. Understanding their experience with FAA systems or comparable critical infrastructure would provide insight into their capability to successfully execute this contract.
How does the $896,000 contract value compare to the estimated market price for similar battery systems and installation services?
Benchmarking the $896,000 contract value requires comparing it against recent, publicly available contract awards for similar battery equipment and installation services, ideally within the federal sector or for large-scale industrial applications. Factors such as battery chemistry (e.g., lithium-ion, lead-acid), total energy capacity, power output, warranty period, and the complexity of installation (including any required civil works or integration with existing power infrastructure) significantly influence pricing. Without these specifics, a precise market comparison is challenging, but the value suggests a substantial system or multiple units.
What are the key performance indicators (KPIs) and acceptance criteria for this contract, and how will they be measured?
The provided data does not outline the specific Key Performance Indicators (KPIs) or acceptance criteria for this contract. Typically, for battery equipment and installation, KPIs might include system uptime, response time during power outages, battery cycle life, energy efficiency, and adherence to safety standards. Acceptance criteria would likely involve successful system testing, integration verification, and confirmation that all specified components are installed and functional according to the contract's technical requirements. These details are usually found within the Statement of Work (SOW) or Performance Work Statement (PWS).
What is the anticipated lifespan of the battery equipment, and what are the associated maintenance and replacement costs over its lifecycle?
The provided data does not include information on the anticipated lifespan of the battery equipment or its associated long-term maintenance and replacement costs. This is a critical factor for assessing the total cost of ownership and true value for money. A typical lifespan for industrial battery systems can range from 5 to 20 years, depending on the technology and usage patterns. Understanding the manufacturer's warranty, recommended maintenance schedules, and projected replacement cycles would be essential for a complete financial analysis beyond the initial procurement cost.
What is the potential impact of UXTM software/hardware on the overall system performance and integration with existing FAA infrastructure?
The role and impact of the UXTM software and/or hardware are not detailed in the provided summary. If UXTM is a management or monitoring system, it could significantly enhance the performance, efficiency, and reliability of the battery equipment and the broader DC systems by providing real-time data, diagnostics, and control capabilities. However, integration challenges with existing FAA infrastructure are a potential risk. Successful implementation would depend on the compatibility of UXTM with current systems, the quality of the software/hardware, and the expertise of the installation team.
Industry Classification
NAICS: Manufacturing › Other Electrical Equipment and Component Manufacturing › Battery Manufacturing
Product/Service Code: ELECTRIC WIRE, POWER DISTRIB EQPT
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 13795 JUDGE ORR RD, PEYTON, CO, 80831
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $8,960
Exercised Options: $8,960
Current Obligation: $8,960
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 6973GH24D00022
IDV Type: IDC
Timeline
Start Date: 2026-04-08
Current End Date: 2026-09-11
Potential End Date: 2026-09-11 00:00:00
Last Modified: 2026-04-08
More Contracts from First Logistex, Inc.
- Iija DC Systems Battery Equipment Purchase and Installation. JCN:23001421 & Loc:okm VOR, JCN:23001440 & Loc:ttt VOR. Funding FLI for Battery Replacement Projects AT TTT and OKM VOR Sites — $45.0K (Department of Transportation)
- Iija DC Systems Battery Equipment Purchase and Installation. SJU VOR: Iija DC Systems Battery. JCN: 23004795, LOC: SJU VOR, SAN Juan, PR. Funding for Battery Replacement AT SJU VOR. SJU VOR Shipping Address: Dot/Faa, 5000 Carr 190, Carolina, PR 0 — $31.3K (Department of Transportation)
- UPS Battery Equipment Purchase. JCN:22006468, Loc:ancc PCS, Anchorage AK. Equipment Cost for Anchorage, AK (ancc) ASR PCS — $14.1K (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)