Sunshine Roofing Solutions LLC awarded $50.5K for FL TDWR roof replacement, highlighting a competitive procurement
Contract Overview
Contract Amount: $50,448 ($50.4K)
Contractor: Sunshine Roofing Solutions LLC
Awarding Agency: Department of Transportation
Start Date: 2026-04-10
End Date: 2026-05-30
Contract Duration: 50 days
Daily Burn Rate: $1.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: FLL TDWR (TERMINAL DOPPLER WEATHER RADAR) ROOF REPLACEMENT PROJECT 16001 FL-84, SUNRISE (MARKHAM PARK), FL 33326 THE CONTRACTOR SHALL PROVIDE EXPERIENCED AND CERTIFIED TECHNICIANS, AS WELL AS ALL SUPERVISION, MATERIALS AND TRANSPORTATION IN AC
Place of Performance
Location: SUNRISE, BROWARD County, FLORIDA, 33326
State: Florida Government Spending
Plain-Language Summary
Department of Transportation obligated $50,448.35 to SUNSHINE ROOFING SOLUTIONS LLC for work described as: FLL TDWR (TERMINAL DOPPLER WEATHER RADAR) ROOF REPLACEMENT PROJECT 16001 FL-84, SUNRISE (MARKHAM PARK), FL 33326 THE CONTRACTOR SHALL PROVIDE EXPERIENCED AND CERTIFIED TECHNICIANS, AS WELL AS ALL SUPERVISION, MATERIALS AND TRANSPORTATION IN AC Key points: 1. The contract value of $50.5K appears reasonable for a specialized roof replacement project at a critical weather radar facility. 2. Full and open competition after exclusion of sources suggests a deliberate effort to ensure fair pricing and access to qualified vendors. 3. The short performance period (50 days) indicates a focused scope of work, potentially reducing overall project risk. 4. The project's location at Markham Park, Sunrise, FL, is crucial for maintaining the operational integrity of the Terminal Doppler Weather Radar system. 5. The firm-fixed-price contract type shifts cost risk to the contractor, providing budget certainty for the FAA. 6. The absence of small business set-aside flags suggests the primary focus was on technical capability and competitive pricing for this specific requirement.
Value Assessment
Rating: good
The contract value of $50,448.35 for a roof replacement at a Terminal Doppler Weather Radar (TDWR) facility seems within a reasonable range for specialized infrastructure maintenance. While direct comparisons are difficult without more specific project details (e.g., square footage, materials), the FAA's procurement process, involving full and open competition, generally aims to secure competitive pricing. The firm-fixed-price structure further supports predictable costs for the government.
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 initial solicitation might have had some restrictions, the final award was made after a broad competitive process. The presence of two bidders suggests a moderate level of competition for this specialized service. This approach aims to ensure that the government receives offers from a wide range of qualified contractors, fostering price discovery and potentially leading to better value.
Taxpayer Impact: The competitive nature of this procurement is beneficial for taxpayers, as it encourages multiple firms to submit bids, driving down costs and ensuring the government selects the most cost-effective solution for essential infrastructure maintenance.
Public Impact
The primary beneficiaries are the Federal Aviation Administration (FAA) and the public, who rely on the uninterrupted operation of the Terminal Doppler Weather Radar system for aviation safety. The service delivered is the replacement of a critical roof component at the TDWR facility located in Sunrise, Florida. The geographic impact is localized to the South Florida region, ensuring the continued functionality of weather detection for air traffic control. The project supports skilled labor within the roofing and construction trades, though the direct workforce implications are likely limited due to the project's scope and duration.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for unforeseen site conditions impacting the 50-day performance window.
- Reliance on specialized technicians and materials could lead to supply chain disruptions.
- The 'exclusion of sources' aspect of the competition warrants a review to ensure no qualified vendors were unduly restricted.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- Full and open competition, even with exclusions, suggests a robust vetting process.
- Short performance period minimizes disruption and accelerates project completion.
Sector Analysis
This contract falls within the construction and maintenance sector, specifically focusing on specialized infrastructure for government facilities. The market for roofing contractors is generally competitive, but projects at critical infrastructure sites like airports or weather radar stations often require specific certifications, experience, and adherence to stringent quality standards. The value of this contract is relatively small, suggesting it is a targeted repair or replacement rather than a large-scale construction project. Comparable spending benchmarks for similar specialized roof repairs at federal facilities would typically consider factors like square footage, material type, and site accessibility.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). The procurement utilized full and open competition, suggesting that small businesses were eligible to bid if they met the qualifications. However, the absence of a specific set-aside means there was no guarantee of award to a small business. The prime contractor, Sunshine Roofing Solutions LLC, is likely a small business itself, but its size relative to the overall federal contracting landscape for roofing is not specified. Subcontracting opportunities for small businesses are not explicitly detailed in the provided data.
Oversight & Accountability
Oversight for this contract would primarily fall under the Federal Aviation Administration (FAA), the contracting agency. The firm-fixed-price nature of the contract provides a degree of accountability by fixing the total cost. Performance monitoring would ensure the work meets specifications and is completed within the defined timeframe. Transparency is facilitated by the public nature of federal contract awards, allowing for review of basic contract details. Specific Inspector General jurisdiction would depend on the FAA's internal structure and any potential fraud, waste, or abuse related to the contract.
Related Government Programs
- FAA Air Traffic Control Infrastructure Maintenance
- Federal Building and Facility Maintenance
- Weather Radar System Operations and Support
- Critical Infrastructure Repair Contracts
Risk Flags
- Potential for weather delays impacting short performance window.
- Need for specialized technicians and materials.
- Coordination required with ongoing radar operations.
Tags
construction, roofing, department-of-transportation, federal-aviation-administration, florida, firm-fixed-price, definitive-contract, full-and-open-competition, infrastructure-maintenance, weather-radar, critical-infrastructure
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $50,448.35 to SUNSHINE ROOFING SOLUTIONS LLC. FLL TDWR (TERMINAL DOPPLER WEATHER RADAR) ROOF REPLACEMENT PROJECT 16001 FL-84, SUNRISE (MARKHAM PARK), FL 33326 THE CONTRACTOR SHALL PROVIDE EXPERIENCED AND CERTIFIED TECHNICIANS, AS WELL AS ALL SUPERVISION, MATERIALS AND TRANSPORTATION IN AC
Who is the contractor on this award?
The obligated recipient is SUNSHINE ROOFING SOLUTIONS LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $50,448.35.
What is the period of performance?
Start: 2026-04-10. End: 2026-05-30.
What is the specific scope of work for the roof replacement, and what materials are specified?
The provided data indicates the contract is for the 'FLL TDWR (TERMINAL DOPPLER WEATHER RADAR) ROOF REPLACEMENT PROJECT' at Markham Park, Sunrise, FL. The contractor is required to 'PROVIDE EXPERIENCED AND CERTIFIED TECHNICIANS, AS WELL AS ALL SUPERVISION, MATERIALS AND TRANSPORTATION.' However, the specific details regarding the exact scope (e.g., square footage, type of roof system, extent of damage being repaired) and the precise materials to be used are not included in this summary. This level of detail is typically found in the Statement of Work (SOW) or Performance Work Statement (PWS) attached to the contract award. Understanding these specifics is crucial for a precise value assessment and comparison to industry standards.
How does the $50,448.35 contract value compare to typical roof replacement costs for similar FAA facilities?
Benchmarking this specific contract value requires more granular data on the project's scope, such as the roof's square footage, the type of roofing system being installed (e.g., TPO, EPDM, modified bitumen), and the complexity of the installation (e.g., number of penetrations, structural repairs needed). A $50.5K contract for a roof replacement could range from a minor repair to a complete replacement of a small to medium-sized roof. For larger FAA facilities or more complex roofing systems, costs can easily run into hundreds of thousands or even millions of dollars. The 'full and open competition' aspect suggests the FAA sought competitive bids, implying the price achieved was considered fair market value among the bidders. Without detailed specifications, a precise comparison is challenging, but the value appears modest for a critical infrastructure component.
What are the potential risks associated with this specific contract, given its nature and location?
Potential risks for this TDWR roof replacement project include: 1) **Weather-related delays:** The project is in Florida, a region prone to severe weather, which could impact the 50-day performance window. 2) **Technical complexity:** Working on a TDWR facility may require specialized access, safety protocols, and coordination with ongoing radar operations to avoid interference or damage. 3) **Material availability:** Sourcing specific roofing materials, especially if specialized, could face supply chain challenges. 4) **Contractor performance:** While competition was present, ensuring the selected contractor, Sunshine Roofing Solutions LLC, has the necessary expertise and executes the work to FAA standards is a key risk. 5) **Unforeseen site conditions:** Discovering underlying structural issues or unexpected damage during the roof tear-off could lead to scope changes or delays, although the firm-fixed-price contract aims to mitigate cost overruns for the government.
What is the track record of Sunshine Roofing Solutions LLC in performing federal contracts, particularly for the FAA?
Information regarding the specific track record of Sunshine Roofing Solutions LLC in performing federal contracts, especially for the FAA, is not detailed in the provided data summary. To assess their reliability and past performance, one would typically consult the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS) for historical contract awards, performance evaluations, and any reported issues. A review of their past projects, including their success in completing similar roofing or infrastructure maintenance tasks for government agencies on time and within budget, would be essential for a comprehensive risk assessment. The current award itself, based on competitive bidding, suggests they met the initial qualifications.
How does the 'Full and Open Competition After Exclusion of Sources' procurement method impact price discovery and potential savings for taxpayers?
The 'Full and Open Competition After Exclusion of Sources' (FOUC AES) method is a nuanced approach. It implies that an initial solicitation or market research may have identified specific requirements or potential sources that led to an exclusion, but the subsequent procurement was still broadly competed among eligible sources. This method can be beneficial if the exclusions were justified (e.g., based on unique capabilities or national security needs) and did not unduly limit competition. When followed by robust competition with multiple bidders, as suggested by the two offers received here, it can still lead to effective price discovery and competitive pricing. However, if the exclusions were overly restrictive or poorly justified, it could potentially limit the number of bidders and lead to higher prices than a truly unrestricted full and open competition. For taxpayers, the benefit hinges on whether the exclusions were necessary and if the resulting competition was sufficient to drive value.
What is the significance of the Terminal Doppler Weather Radar (TDWR) system, and why is its maintenance critical?
The Terminal Doppler Weather Radar (TDWR) system is a critical component of aviation safety, particularly at major airports. It provides real-time, high-resolution weather information, including wind shear, microbursts, and other hazardous conditions that can affect aircraft during takeoff and landing. By detecting these phenomena, TDWR allows air traffic controllers to issue timely warnings to pilots, significantly reducing the risk of accidents. The roof replacement project directly supports the operational integrity and longevity of this vital weather monitoring equipment. Failure to maintain the facility, including its protective structures like the roof, could compromise the radar's functionality, potentially leading to inaccurate data or system downtime, thereby jeopardizing flight safety in the terminal area.
Industry Classification
NAICS: Construction › Foundation, Structure, and Building Exterior Contractors › Roofing Contractors
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 697DCK-26-R-00126
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 5700 BISCAYNE BLVD APT 202, MIAMI, FL, 33137
Business Categories: Category Business, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, Small Business, Sole Proprietorship, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $50,448
Exercised Options: $50,448
Current Obligation: $50,448
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2026-04-10
Current End Date: 2026-05-30
Potential End Date: 2026-05-30 00:00:00
Last Modified: 2026-04-10
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)