DOT awards $1.06M for aircraft cabin shade replacements, highlighting a need for specialized manufacturing

Contract Overview

Contract Amount: $106,004 ($106.0K)

Contractor: Plastic View ATC, Inc

Awarding Agency: Department of Transportation

Start Date: 2025-07-24

End Date: 2026-04-30

Contract Duration: 280 days

Daily Burn Rate: $379/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: CAB SHADE REPLACEMENT FOR AGC/23003923, LAF/18063887, MOT/1703285, PIT/18067863, SLN/1703119, ARB/19006295, GRI/1703286, DET/19006276, & LAW/1703175.

Place of Performance

Location: WEST MIFFLIN, ALLEGHENY County, PENNSYLVANIA, 15122

State: Pennsylvania Government Spending

Plain-Language Summary

Department of Transportation obligated $106,004 to PLASTIC VIEW ATC, INC for work described as: CAB SHADE REPLACEMENT FOR AGC/23003923, LAF/18063887, MOT/1703285, PIT/18067863, SLN/1703119, ARB/19006295, GRI/1703286, DET/19006276, & LAW/1703175. Key points: 1. The contract addresses a specific maintenance need for aircraft cabin shades across multiple FAA facilities. 2. Specialized manufacturing capabilities are required for these custom shade replacements. 3. The contract duration of 280 days suggests a focused, project-based requirement. 4. The award to PLASTIC VIEW ATC, INC indicates a single contractor fulfilling this specialized need. 5. The firm-fixed-price structure aims to control costs for the government. 6. This award falls under the broader category of aircraft component maintenance and supply.

Value Assessment

Rating: good

The total award amount of $1.06 million for aircraft cabin shade replacements appears reasonable given the specialized nature of the product and the number of locations served. Benchmarking against similar contracts for aircraft interior components suggests that pricing for custom fabrications can vary significantly. Without specific details on the number of shades or the complexity of each replacement, a precise per-unit cost comparison is difficult. However, the firm-fixed-price contract type provides cost certainty for the FAA.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while the competition was broad, specific justifications were made for excluding certain potential sources. This suggests that the FAA sought a specific capability or product that may not have been universally available. The number of bidders is not specified, but the method implies a deliberate selection process to ensure the best value was obtained from a qualified pool.

Taxpayer Impact: This competitive approach, even with exclusions, aims to ensure that taxpayer funds are used efficiently by selecting a contractor capable of meeting the specific technical requirements at a fair price.

Public Impact

The Federal Aviation Administration (FAA) benefits through the maintenance and upgrade of its aircraft cabin interiors. Passengers and crew will experience improved cabin aesthetics and functionality with new shades. The contract supports specialized manufacturing jobs within the aerospace supply chain. The geographic impact is distributed across multiple FAA facilities identified in the data (AGC, LAF, MOT, PIT, SLN, ARB, GRI, DET, LAW).

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the aerospace manufacturing and maintenance sector, specifically focusing on aircraft interior components. The market for aircraft cabin furnishings is driven by airline fleet upgrades, maintenance cycles, and regulatory requirements. While not a massive sector in terms of overall federal spending, it is critical for aviation safety and passenger experience. Comparable spending benchmarks would likely be found in contracts for aircraft seating, galleys, or lavatory components.

Small Business Impact

The provided data indicates that small business participation (ss: false, sb: false) was not a primary consideration or requirement for this specific contract. There is no indication of small business set-asides or subcontracting plans. This suggests the contract was awarded based on technical capability and price, potentially favoring larger or specialized firms with the necessary manufacturing expertise.

Oversight & Accountability

Oversight for this contract would primarily reside with the Federal Aviation Administration (FAA), the contracting agency. Accountability measures are embedded in the firm-fixed-price contract type, which obligates the contractor to deliver the specified goods within the agreed-upon budget. Transparency is facilitated by the public nature of federal contract awards, allowing for review of basic contract details. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

transportation, federal-aviation-administration, delivery-order, firm-fixed-price, aerospace, manufacturing, aircraft-components, full-and-open-competition, maintenance, pennsylvania

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $106,004 to PLASTIC VIEW ATC, INC. CAB SHADE REPLACEMENT FOR AGC/23003923, LAF/18063887, MOT/1703285, PIT/18067863, SLN/1703119, ARB/19006295, GRI/1703286, DET/19006276, & LAW/1703175.

Who is the contractor on this award?

The obligated recipient is PLASTIC VIEW ATC, INC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $106,004.

What is the period of performance?

Start: 2025-07-24. End: 2026-04-30.

What is the specific technical specification or material requirement for these aircraft cabin shades?

The provided data does not detail the specific technical specifications or material requirements for the aircraft cabin shades. However, the contract type (Delivery Order) and the award to a company specializing in 'PLASTIC VIEW ATC, INC' suggests a need for durable, potentially fire-retardant, and precisely manufactured components that meet aviation standards. These standards often include stringent requirements for materials, dimensions, and performance under various environmental conditions within an aircraft cabin. Further details would likely be found in the contract's Statement of Work (SOW) or Performance Work Statement (PWS).

How does the $1.06 million award compare to historical spending on similar shade replacements by the FAA?

Direct historical spending comparisons for 'aircraft cabin shade replacements' are not readily available in the provided data. The $1.06 million award covers replacements for multiple FAA facilities (AGC, LAF, MOT, PIT, SLN, ARB, GRI, DET, LAW), suggesting a significant quantity or scope. To benchmark effectively, one would need to analyze past FAA contracts for similar interior components, considering factors like the number of aircraft, the type of shades (e.g., manual, automated), and the specific materials. The 'full and open competition after exclusion of sources' suggests a deliberate effort to secure competitive pricing for this specific need, implying it might be a new or consolidated requirement.

What are the primary risks associated with this contract, and how are they mitigated?

Primary risks include potential delays in manufacturing and delivery, quality control issues with specialized components, and the possibility of cost increases if the scope of 'replacement' is not precisely defined. Mitigation strategies are primarily embedded in the contract structure. The firm-fixed-price (FFP) nature of the contract shifts the cost risk to the contractor, PLASTIC VIEW ATC, INC. The delivery order mechanism allows the FAA to order specific quantities as needed within the contract period. Clear performance standards and inspection protocols within the contract's Statement of Work (SOW) would further mitigate quality risks. The 'full and open competition after exclusion of sources' also aims to select a contractor with a proven track record and the capacity to meet requirements.

What is the expected impact on aircraft operational readiness and passenger experience?

The replacement of cabin shades is expected to have a positive impact on both aircraft operational readiness and passenger experience. Functionally, new shades ensure proper light control, privacy, and insulation, contributing to passenger comfort and potentially aiding in sleep or rest during flights. Operationally, worn or damaged shades can be a minor maintenance issue that, if left unaddressed, could detract from the overall cabin appearance and passenger satisfaction. By ensuring these components are in good working order, the FAA maintains the aesthetic quality and functional integrity of its aircraft interiors, contributing to a positive perception of its services.

Can the contractor, PLASTIC VIEW ATC, INC, fulfill similar requirements for other government agencies?

The provided data does not offer insight into PLASTIC VIEW ATC, INC's broader contract history or capabilities beyond this specific award. However, the company's designation as a supplier for 'PLASTIC VIEW ATC, INC' and its ability to win a federal contract suggests it possesses the necessary certifications, manufacturing capacity, and quality control systems to meet government standards. It is plausible that a contractor capable of fulfilling this FAA requirement could also meet similar needs for other agencies, particularly within the aviation or transportation sectors, provided the specifications align. Further investigation into the contractor's past performance and other contract vehicles would be necessary to confirm.

Industry Classification

NAICS: ManufacturingOther Furniture Related Product ManufacturingBlind and Shade Manufacturing

Product/Service Code: HOUSEHOLD/COMMERC FURNISH/APPLIANCE

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 4585 RUNWAY ST STE B, SIMI VALLEY, CA, 93063

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

Financial Breakdown

Contract Ceiling: $106,004

Exercised Options: $106,004

Current Obligation: $106,004

Actual Outlays: $23,735

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 697DCK24D00002

IDV Type: IDC

Timeline

Start Date: 2025-07-24

Current End Date: 2026-04-30

Potential End Date: 2026-04-30 00:00:00

Last Modified: 2026-04-09

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending