DOT awards $41.7K purchase order for runway lighting equipment to ADB SAFEGATE AMERICAS LLC
Contract Overview
Contract Amount: $41,689 ($41.7K)
Contractor: ADB Safegate Americas LLC
Awarding Agency: Department of Transportation
Start Date: 2026-04-06
End Date: 2026-12-31
Contract Duration: 269 days
Daily Burn Rate: $155/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Transportation
Official Description: PROCURE ALSF-2 EQUIPMENT FOR THE RWY 10L CAT II/III PROJECT AT PORTLAND INTERNATIONAL AIRPORT (KPDX)-TYPE FA-32000/3 SEMI-FLUSH FLASHERS WITH SUPPORTING EQUIPMENT
Place of Performance
Location: DES MOINES, KING County, WASHINGTON, 98198
Plain-Language Summary
Department of Transportation obligated $41,689.3 to ADB SAFEGATE AMERICAS LLC for work described as: PROCURE ALSF-2 EQUIPMENT FOR THE RWY 10L CAT II/III PROJECT AT PORTLAND INTERNATIONAL AIRPORT (KPDX)-TYPE FA-32000/3 SEMI-FLUSH FLASHERS WITH SUPPORTING EQUIPMENT Key points: 1. Contract awarded for specialized runway lighting components. 2. Procurement supports infrastructure upgrades at Portland International Airport (KPDX). 3. Single source award indicates potential lack of competitive bidding. 4. Fixed-price contract type aims to control costs. 5. Performance period spans approximately 8 months. 6. Awardee specializes in airport lighting and technology solutions.
Value Assessment
Rating: fair
The contract value of $41,689.30 for runway lighting equipment appears reasonable for specialized components. However, without specific details on the exact quantity and model of the FA-32000/3 semi-flush flashers and supporting equipment, a direct comparison to similar contracts or market rates is challenging. The fixed-price nature of the award provides cost certainty for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed. This approach is typically used when only one vendor can provide the required goods or services, or in cases of urgent need. The lack of competition means the government did not benefit from potential price reductions or innovative solutions that might arise from a bidding process.
Taxpayer Impact: Sole-source awards can lead to higher prices for taxpayers as there is no competitive pressure to drive down costs. It also limits opportunities for other qualified vendors to secure government contracts.
Public Impact
Enhances safety and operational efficiency at Portland International Airport (KPDX) through upgraded runway lighting. Supports the Federal Aviation Administration's (FAA) infrastructure modernization efforts. Benefits air travelers by contributing to improved airport safety standards. Indirectly supports the aviation industry by ensuring reliable airport operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may result in a higher price than if the contract were competed.
- Sole-source awards can limit transparency in government spending.
- Reliance on a single vendor could pose a risk if the vendor experiences performance issues or supply chain disruptions.
Positive Signals
- Fixed-price contract provides cost certainty.
- Awardee is a known entity in the airport lighting sector.
- Procurement supports critical airport infrastructure improvements.
Sector Analysis
This contract falls within the airport infrastructure and aviation technology sector. The market for specialized runway lighting systems is typically dominated by a few key manufacturers and integrators. Spending in this area is driven by airport modernization projects, safety upgrades, and regulatory compliance. Comparable spending benchmarks would involve other procurements for similar lighting systems at other airports, often awarded through competitive bids.
Small Business Impact
This contract was not set aside for small businesses, nor does it appear to involve significant subcontracting opportunities for small businesses based on the award details. The primary awardee is likely a larger entity specializing in aviation equipment. This award does not directly contribute to the government's small business contracting goals.
Oversight & Accountability
Oversight for this contract would primarily fall under the Federal Aviation Administration (FAA), a division of the Department of Transportation. The purchase order mechanism generally involves standard procurement oversight. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Airport Improvement Program (AIP)
- FAA Airfield Lighting Systems Procurements
- Federal Aviation Administration Capital Improvement Projects
Risk Flags
- Sole-source award
- Lack of competition
Tags
transportation, federal-aviation-administration, department-of-transportation, purchase-order, firm-fixed-price, sole-source, airport-infrastructure, runway-lighting, portland-international-airport, kpdX, electrical-equipment-manufacturing, medium-value
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $41,689.3 to ADB SAFEGATE AMERICAS LLC. PROCURE ALSF-2 EQUIPMENT FOR THE RWY 10L CAT II/III PROJECT AT PORTLAND INTERNATIONAL AIRPORT (KPDX)-TYPE FA-32000/3 SEMI-FLUSH FLASHERS WITH SUPPORTING EQUIPMENT
Who is the contractor on this award?
The obligated recipient is ADB SAFEGATE AMERICAS LLC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $41,689.3.
What is the period of performance?
Start: 2026-04-06. End: 2026-12-31.
What is the specific model and technical specification of the FA-32000/3 semi-flush flasher being procured, and how does it compare to industry standards for runway lighting?
The FA-32000/3 is identified as a semi-flush flasher, a critical component for runway edge lighting and threshold lighting systems. These lights are designed to be installed flush with the runway surface to avoid obstruction to aircraft. Specific technical specifications would detail aspects like light intensity, beam pattern, color output (e.g., white, yellow, red), power consumption, durability under aircraft loads, and resistance to environmental factors like jet fuel and de-icing fluids. Industry standards, such as those set by the FAA Advisory Circulars (ACs) and ICAO Annex 14, dictate performance requirements for runway lighting to ensure adequate visibility for pilots under various conditions. Without the detailed specification sheet for this particular procurement, a precise comparison is difficult, but it is expected to meet or exceed FAA standards for its intended application (CAT II/III operations).
What is the justification for awarding this contract on a sole-source basis, and were any market research efforts conducted to identify potential alternative suppliers?
The justification for a sole-source award typically stems from a determination that only one responsible source is capable of providing the required supplies or services. For specialized aviation equipment like runway lighting systems, this could be due to proprietary technology, unique compatibility requirements with existing airport infrastructure, or specific certifications mandated by the FAA. The Federal Aviation Administration (FAA) would have conducted market research to ascertain if other manufacturers or distributors could meet the technical requirements and delivery timelines. If research confirmed that ADB SAFEGATE AMERICAS LLC was the only viable option, perhaps due to patents, exclusive distribution rights, or unique integration capabilities with the existing KPDX airfield systems, then a sole-source justification would be documented and approved. This process aims to ensure the government obtains necessary equipment while adhering to procurement regulations, though it bypasses the cost-saving benefits of full and open competition.
How does the awarded price of $41,689.30 compare to historical spending on similar runway lighting equipment by the FAA or other airports?
Benchmarking the price of $41,689.30 for runway lighting components requires detailed comparison data, which is not readily available in the provided information. Factors influencing price include the specific model, quantity, complexity of the supporting equipment, and any associated installation or integration services. Historically, the FAA and airport authorities procure such equipment through various contract types, including competitive bids, which generally yield lower prices per unit compared to sole-source awards. If this award is for a small quantity of specialized flashers and associated hardware, the total cost might be in line with market expectations for such niche items. However, without knowing the exact number of units and their specific technical configurations, it's difficult to definitively state if this price is high or low relative to past procurements. A comprehensive analysis would involve reviewing FAA contract databases for similar items or consulting industry price lists.
What are the potential risks associated with relying on a single vendor for critical airport infrastructure components like runway lighting?
Relying on a single vendor for critical airport infrastructure components like runway lighting presents several risks. Firstly, there's a potential for price escalation in future procurements, as the vendor faces no competitive pressure. Secondly, supply chain disruptions affecting the sole vendor can lead to significant delays in repairs or replacements, potentially impacting airport operations and safety. Thirdly, the government may have limited leverage in negotiating terms or demanding service improvements. Lastly, if the vendor experiences financial difficulties or ceases operations, the FAA would face considerable challenges in finding an alternative supplier, potentially requiring a costly and time-consuming requalification and procurement process. This underscores the importance of thorough market research and justification for sole-source awards.
What is the expected impact of these new runway lights on the operational capabilities and safety standards at Portland International Airport (KPDX), particularly for CAT II/III operations?
The procurement of FA-32000/3 semi-flush flashers is intended to support the RWY 10L CAT II/III project at Portland International Airport (KPDX). Category II (CAT II) and Category III (CAT III) instrument landing systems (ILS) allow aircraft to operate in very low visibility conditions, significantly enhancing safety and reducing flight delays during fog, heavy rain, or snow. The runway lighting system, including the flashers, is a critical component of these low-visibility operations, providing visual cues to pilots. Upgrading to compliant lighting ensures that KPDX can maintain or improve its certification for CAT II/III operations, thereby increasing airport capacity, reliability, and safety for both passengers and airlines, especially during adverse weather events.
Industry Classification
NAICS: Manufacturing › Other Electrical Equipment and Component Manufacturing › All Other Miscellaneous Electrical Equipment and Component Manufacturing
Product/Service Code: ELECTRICAL/ELECTRONIC EQPT COMPNTS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 697DCK-26-Q-00027
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: ADB Safegate Belgium
Address: 700 SCIENCE BLVD, GAHANNA, OH, 43230
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $41,689
Exercised Options: $41,689
Current Obligation: $41,689
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-06
Current End Date: 2026-12-31
Potential End Date: 2026-12-31 00:00:00
Last Modified: 2026-04-06
More Contracts from ADB Safegate Americas LLC
- Idsr Nids Software Engineering Services Support — $4.6M (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)