FAA awards $26.9M contract for Terminal Doppler Weather Radar (TDWR) radome replacement
Contract Overview
Contract Amount: $26,904,846 ($26.9M)
Contractor: CPI Essco Inc
Awarding Agency: Department of Transportation
Start Date: 2012-02-01
End Date: 2015-01-31
Contract Duration: 1,095 days
Daily Burn Rate: $24.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CONTRACT FOR MANUFACTURE, SITE PREPARATION AND REPLACEMENT OF TERMINAL DOPPLER WEATHER RADAR (TDWR) RADOMES.
Place of Performance
Location: AYER, MIDDLESEX County, MASSACHUSETTS, 01432
Plain-Language Summary
Department of Transportation obligated $26.9 million to CPI ESSCO INC for work described as: CONTRACT FOR MANUFACTURE, SITE PREPARATION AND REPLACEMENT OF TERMINAL DOPPLER WEATHER RADAR (TDWR) RADOMES. Key points: 1. Contract focuses on manufacturing and site preparation for TDWR radomes, crucial for weather detection. 2. The award was made under a full and open competition, suggesting a competitive bidding process. 3. Fixed-price contract type aims to control costs for the government. 4. The contract duration is 1095 days, indicating a multi-year project. 5. The North American Industry Classification System (NAICS) code 334511 points to the manufacturing of navigation, guidance, and control systems. 6. The contractor, CPI ESSCO INC, has secured this significant award for essential aviation infrastructure.
Value Assessment
Rating: good
The contract value of $26.9 million for the manufacture and replacement of TDWR radomes appears reasonable given the specialized nature of the equipment and the scope of work. Benchmarking against similar contracts for aviation infrastructure components is challenging without more specific data on the number of units and complexity of site preparation. However, the firm fixed-price structure suggests an effort to ensure cost predictability for the FAA.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. The presence of 3 bidders suggests a moderate level of competition for this specialized requirement. A higher number of bidders might have potentially led to more aggressive pricing, but three bids generally provide a reasonable basis for price discovery.
Taxpayer Impact: A full and open competition ensures that taxpayer dollars are used efficiently by fostering a competitive environment that drives down prices and encourages innovation.
Public Impact
The Federal Aviation Administration (FAA) benefits directly through the acquisition of critical weather radar components. Aviation safety is enhanced by ensuring the reliable operation of Terminal Doppler Weather Radar systems. Air travelers and airlines benefit from improved weather detection and forecasting capabilities, leading to safer and more efficient air travel. The contract supports jobs in the aerospace manufacturing sector, specifically in the production of specialized radar components.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if site preparation proves more complex than anticipated, despite fixed-price structure.
- Dependence on a single contractor for manufacturing could pose supply chain risks if not managed proactively.
- Ensuring timely delivery and installation to minimize disruption to air traffic control operations.
Positive Signals
- Firm fixed-price contract provides cost certainty for the government.
- Full and open competition suggests a robust bidding process.
- Contract addresses a critical need for aviation safety infrastructure.
- Award to a specialized manufacturer indicates capability for complex production.
Sector Analysis
The Terminal Doppler Weather Radar (TDWR) system is a critical component of the National Airspace System, designed to detect hazardous weather phenomena near airports. The market for such specialized aviation infrastructure components is relatively niche, dominated by a few key manufacturers with the technical expertise and certifications required. Spending in this sector is driven by the need for continuous modernization and maintenance of air traffic control and weather monitoring systems to ensure safety and efficiency.
Small Business Impact
This contract was not set aside for small businesses and there is no indication of subcontracting requirements for small businesses. The nature of the specialized manufacturing and site preparation likely favors larger, established firms with specific expertise in aerospace components.
Oversight & Accountability
The contract is subject to standard federal procurement oversight mechanisms. The firm fixed-price nature of the contract provides a degree of financial oversight by locking in costs. The Federal Aviation Administration's contracting officers and program managers are responsible for monitoring performance and ensuring compliance with contract terms. Any significant issues would likely be escalated through internal FAA channels and potentially reviewed by the Government Accountability Office (GAO) if disputes arise.
Related Government Programs
- National Airspace System modernization programs
- Aviation weather systems procurement
- Radar technology development and manufacturing
- Federal infrastructure upgrades
Risk Flags
- Potential for schedule delays
- Technical performance risk
- Supply chain dependency
Tags
aviation, weather-radar, faa, department-of-transportation, fixed-price, full-and-open-competition, manufacturing, infrastructure, massachusetts, defense-related-manufacturing
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $26.9 million to CPI ESSCO INC. CONTRACT FOR MANUFACTURE, SITE PREPARATION AND REPLACEMENT OF TERMINAL DOPPLER WEATHER RADAR (TDWR) RADOMES.
Who is the contractor on this award?
The obligated recipient is CPI ESSCO INC.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $26.9 million.
What is the period of performance?
Start: 2012-02-01. End: 2015-01-31.
What is the track record of CPI ESSCO INC in delivering similar aviation infrastructure components?
CPI ESSCO INC has a history of manufacturing radomes and related components for various radar systems, including those used in aviation and defense. Their experience with specialized materials and manufacturing processes for harsh environmental conditions is a key factor in their selection for contracts like the TDWR radome replacement. While specific performance metrics for past contracts are not detailed here, their ability to secure this FAA award suggests a demonstrated capability to meet the technical specifications and quality standards required for critical aviation infrastructure. Further due diligence would involve reviewing past performance evaluations and any reported issues on previous government contracts.
How does the awarded amount compare to the estimated cost or budget for this TDWR radome replacement project?
The awarded amount of $26.9 million represents the total value of the contract for the manufacture, site preparation, and replacement of TDWR radomes. Without access to the government's initial cost estimates or budget allocations for this specific project, a direct comparison is not possible. However, the fact that the contract was awarded under full and open competition with three bidders suggests that the awarded price was deemed competitive and acceptable by the FAA. The firm fixed-price nature of the contract indicates that the government has secured a defined cost for the defined scope of work, mitigating the risk of cost overruns beyond this amount.
What are the primary risks associated with the performance of this contract?
The primary risks associated with this contract include potential delays in manufacturing or site preparation that could impact the operational readiness of the TDWR systems. Technical challenges during the manufacturing of specialized radome components or unforeseen complexities during site preparation at various radar locations could lead to schedule slippage. Furthermore, ensuring the long-term durability and performance of the new radomes in diverse weather conditions is a performance risk. The firm fixed-price nature, while beneficial for cost control, can shift some of the risk of cost overruns due to unforeseen issues onto the contractor.
How effective is the TDWR system in improving aviation safety, and how does this contract contribute to that effectiveness?
The Terminal Doppler Weather Radar (TDWR) system is highly effective in improving aviation safety by providing pilots and air traffic controllers with critical, real-time information about hazardous weather phenomena such as microbursts, wind shear, and thunderstorms in the vicinity of airports. This allows for timely warnings and adjustments to flight paths, significantly reducing the risk of weather-related accidents. This contract directly contributes to the effectiveness of the TDWR system by ensuring the physical integrity and operational readiness of the radomes, which are essential protective housings for the radar antennas. Replacing aging or damaged radomes maintains the system's ability to accurately detect and transmit weather data.
What has been the historical spending trend for TDWR maintenance and replacement by the FAA?
Historical spending data specifically for TDWR radome maintenance and replacement by the FAA is not readily available in this dataset. However, the FAA consistently invests in maintaining and upgrading its critical aviation infrastructure, including weather detection systems, to ensure safety and efficiency. Spending on such components is typically cyclical, driven by the lifecycle of the equipment, technological advancements, and the need to address wear and tear. Larger capital investments like this contract for radome replacement suggest a planned refresh or upgrade cycle for a portion of the TDWR fleet, rather than routine, low-cost maintenance.
Are there any specific performance metrics or key performance indicators (KPIs) defined in the contract for evaluating the contractor's success?
The provided data does not detail the specific performance metrics or Key Performance Indicators (KPIs) established within the contract. However, for a contract of this nature involving manufacturing and site preparation for critical aviation infrastructure, typical KPIs would likely include on-time delivery of manufactured components, adherence to quality control standards during production, successful completion of site preparation within specified timelines, and proper installation and testing of the radomes. The firm fixed-price structure implies that meeting the defined scope, schedule, and quality requirements are paramount for the contractor's success and profitability.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: L-3 Communications Holdings, Inc. (UEI: 008898843)
Address: 90 NEMCO WY, AYER, MA, 03
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $26,904,846
Exercised Options: $26,904,846
Current Obligation: $26,904,846
Contract Characteristics
Cost or Pricing Data: NO
Timeline
Start Date: 2012-02-01
Current End Date: 2015-01-31
Potential End Date: 2015-01-31 00:00:00
Last Modified: 2013-07-24
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)