FAA awards $156K for UMAC surge suppressors to CD & T Logistics Inc
Contract Overview
Contract Amount: $15,597 ($15.6K)
Contractor: CD & T Logistics Inc
Awarding Agency: Department of Transportation
Start Date: 2026-04-08
End Date: 2026-06-07
Contract Duration: 60 days
Daily Burn Rate: $260/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PROCUREMENT OF SURGE SUPPRESSORS TO SUPPORT UNIVERSAL MONITORING AND CONTROL (UMAC) PROGRAM.
Place of Performance
Location: SMITHVILLE, CLAY County, MISSOURI, 64089
State: Missouri Government Spending
Plain-Language Summary
Department of Transportation obligated $15,597 to CD & T LOGISTICS INC for work described as: PROCUREMENT OF SURGE SUPPRESSORS TO SUPPORT UNIVERSAL MONITORING AND CONTROL (UMAC) PROGRAM. Key points: 1. The contract is for surge suppressors vital to the UMAC program. 2. CD & T Logistics Inc. secured the award. 3. The award was competed under SAP, suggesting a streamlined process. 4. The total value is $155,970. 5. The contract duration is 60 days.
Value Assessment
Rating: fair
The price of $155,970 for surge suppressors appears reasonable given the short duration and specific program support. Benchmarking against similar, smaller-scale procurements for electronic components is necessary for a definitive assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under SAP (Simplified Acquisition Procedures), indicating a process designed for smaller value procurements. While competed, the limited scope and value may restrict the number of potential bidders, potentially impacting price discovery.
Taxpayer Impact: Taxpayer funds are being used for essential program support. The use of SAP aims for efficiency, but robust price competition is key to maximizing value.
Public Impact
Ensures continued operation of the Universal Monitoring and Control (UMAC) program. Supports critical infrastructure for aviation safety and management. Provides necessary components for electronic systems protection.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Short contract duration may limit long-term vendor relationships.
- SAP competition might not yield the lowest possible price.
- Lack of detailed technical specifications makes independent cost analysis difficult.
Positive Signals
- Supports a critical government program.
- Awarded through a competitive process.
- Firm fixed price contract provides cost certainty.
Sector Analysis
This procurement falls under electronic parts and equipment, a sector characterized by rapid technological advancements and diverse supplier bases. Spending benchmarks for similar electronic components vary widely based on specifications and volume.
Small Business Impact
The data does not indicate if small businesses were involved in this procurement. Further analysis would be needed to determine the extent of small business participation.
Oversight & Accountability
The award was made via a Purchase Order, a common method for smaller procurements. Oversight would focus on ensuring the delivered goods meet specifications and the price aligns with market value.
Related Government Programs
- Other Electronic Parts and Equipment Merchant Wholesalers
- Department of Transportation Contracting
- Federal Aviation Administration Programs
Risk Flags
- Limited competition due to SAP.
- Short contract duration.
- Lack of detailed technical specifications.
- Potential for price not being fully optimized.
Tags
other-electronic-parts-and-equipment-mer, department-of-transportation, mo, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $15,597 to CD & T LOGISTICS INC. PROCUREMENT OF SURGE SUPPRESSORS TO SUPPORT UNIVERSAL MONITORING AND CONTROL (UMAC) PROGRAM.
Who is the contractor on this award?
The obligated recipient is CD & T LOGISTICS INC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $15,597.
What is the period of performance?
Start: 2026-04-08. End: 2026-06-07.
What is the specific technical requirement for these surge suppressors, and how does it compare to commercially available units?
The provided data lacks specific technical requirements for the surge suppressors. Understanding the exact specifications (e.g., voltage tolerance, surge capacity, response time) is crucial for comparing them to commercially available units and assessing if the price paid represents good value for the required performance.
What was the competitive landscape under SAP for this specific type of electronic part?
While competed under SAP, the limited value and specific nature of the UMAC program might have restricted the pool of qualified bidders. Further investigation into the number of offers received and the pricing of non-selected bids would clarify the effectiveness of the competition.
How does the unit cost of these surge suppressors compare to similar components procured by other federal agencies or for comparable programs?
Without specific technical details or a defined unit quantity, a direct unit cost comparison is challenging. Benchmarking would require identifying contracts for surge suppressors with similar performance characteristics and quantities, which is not readily available from the provided data.
Industry Classification
NAICS: Wholesale Trade › Household Appliances and Electrical and Electronic Goods Merchant Wholesalers › Other Electronic Parts and Equipment Merchant Wholesalers
Product/Service Code: COMM/DETECT/COHERENT RADIATION
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1015 NE 194TH TER, SMITHVILLE, MO, 64089
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: $22,116
Exercised Options: $15,597
Current Obligation: $15,597
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-08
Current End Date: 2026-06-07
Potential End Date: 2026-06-07 00:00:00
Last Modified: 2026-04-08
More Contracts from CD & T Logistics Inc
- Assets in Support of the NAS Other Functions — $31.7K (Department of Transportation)
- Procurement of Power Supplies to Support Universal Monitoring and Control (umac) Program — $15.6K (Department of Transportation)
- Assets in Support of the NAS — $11.0K (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)