DoD's $12.5M contract for control room equipment awarded to Critical Communications, Controls and Instruments, LLC
Contract Overview
Contract Amount: $12,485,789 ($12.5M)
Contractor: Critical Communications, Controls and Instruments, LLC
Awarding Agency: Department of Defense
Start Date: 2025-09-18
End Date: 2026-06-18
Contract Duration: 273 days
Daily Burn Rate: $45.7K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: DILARTS CONTROL ROOM
Place of Performance
Location: EXETER, ROCKINGHAM County, NEW HAMPSHIRE, 03833
Plain-Language Summary
Department of Defense obligated $12.5 million to CRITICAL COMMUNICATIONS, CONTROLS AND INSTRUMENTS, LLC for work described as: DILARTS CONTROL ROOM Key points: 1. Contract value appears reasonable given the specialized nature of control room systems. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract duration of 273 days is relatively short, indicating a focused scope. 4. Fixed-price contract type helps mitigate cost overrun risks for the government. 5. The awardee, Critical Communications, Controls and Instruments, LLC, is a specialized provider in this niche. 6. This contract supports the Department of the Navy's operational readiness and command capabilities.
Value Assessment
Rating: good
The contract value of approximately $12.5 million for specialized control room equipment seems within a reasonable range for such systems. Benchmarking against similar, albeit less specific, audio and video equipment manufacturing contracts suggests this pricing is competitive. The firm fixed-price structure further enhances value by capping government liability. Without detailed specifications of the equipment, a precise value-for-money assessment is challenging, but the competitive award process provides some assurance.
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 initial solicitations may have had specific exclusions, the final award was made through a broad competitive process. The number of bidders is not specified, but the 'full and open' nature suggests multiple interested parties had the opportunity to compete. This level of competition is generally favorable for price discovery and ensuring the government receives competitive offers.
Taxpayer Impact: The use of full and open competition is beneficial for taxpayers as it drives down prices through market forces and ensures that the most capable and cost-effective solution is selected, preventing potential overpayment.
Public Impact
The Department of the Navy benefits from enhanced command and control capabilities through updated control room equipment. This contract delivers critical audio and video equipment essential for operational monitoring and decision-making. The geographic impact is likely concentrated at the specific naval facility where the control room is located. The contract supports specialized manufacturing roles within the audio and video equipment sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if the specialized equipment requires proprietary maintenance or upgrades.
- Dependence on a single awardee for critical control room functionality could pose a risk if performance issues arise.
- The specific technical requirements may limit future interoperability with evolving technologies.
Positive Signals
- Firm fixed-price contract limits the government's financial exposure.
- Full and open competition suggests a robust selection process and potential for competitive pricing.
- Awardee specializes in control room systems, indicating relevant expertise.
- Contract supports essential operational capabilities for the Department of the Navy.
Sector Analysis
This contract falls within the broader Audio and Video Equipment Manufacturing sector, specifically serving the niche market of control room systems. This sector is characterized by specialized technology and often caters to government and industrial clients requiring high reliability and specific functionalities. The market size for such specialized control room solutions is difficult to quantify precisely but is integral to national security and critical infrastructure operations. This contract represents a targeted investment in maintaining and upgrading essential operational infrastructure.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, the primary impact on the small business ecosystem would be through potential subcontracting opportunities, which are not detailed here. Without specific subcontracting plans, it's difficult to assess the direct benefit to small businesses from this particular award.
Oversight & Accountability
Oversight for this contract would typically be managed by the contracting officer and the relevant program office within the Department of the Navy. Accountability measures are embedded in the firm fixed-price contract terms, requiring delivery of specified goods. Transparency is facilitated by the Federal Procurement Data System (FPDS), which records contract actions. Inspector General jurisdiction may apply if fraud, waste, or abuse is suspected.
Related Government Programs
- Department of Defense Command and Control Systems
- Naval Communication Equipment Procurement
- Audio and Video Systems for Government Facilities
- Critical Infrastructure Control Systems
Risk Flags
- Potential for technical obsolescence
- Dependence on specialized vendor
- Integration complexity
Tags
defense, department-of-defense, department-of-the-navy, audio-video-equipment, control-room-systems, firm-fixed-price, full-and-open-competition, new-hampshire, critical-communications-controls-and-instruments-llc, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $12.5 million to CRITICAL COMMUNICATIONS, CONTROLS AND INSTRUMENTS, LLC. DILARTS CONTROL ROOM
Who is the contractor on this award?
The obligated recipient is CRITICAL COMMUNICATIONS, CONTROLS AND INSTRUMENTS, LLC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Navy).
What is the total obligated amount?
The obligated amount is $12.5 million.
What is the period of performance?
Start: 2025-09-18. End: 2026-06-18.
What is the specific nature of the 'Audio and Video Equipment Manufacturing' being procured under this contract?
The contract specifies 'DILARTS CONTROL ROOM' equipment, suggesting highly specialized audio and video systems designed for command and control environments. This likely includes integrated displays, communication interfaces, recording capabilities, and potentially specialized audio processing or video matrix switching. The NAICS code 334310, 'Audio and Video Equipment Manufacturing,' provides a broad classification, but the contract's specific application points to a niche within this industry focused on operational resilience and real-time data visualization for critical decision-making.
How does the contract value of approximately $12.5 million compare to similar procurements for control room systems?
Direct comparisons for highly specialized control room systems are challenging due to unique configurations and integration requirements. However, general procurements for audio and video equipment under NAICS 334310 can range significantly. Given the 'critical communications, controls and instruments' focus, this $12.5 million award appears to be a substantial investment, likely reflecting advanced technology, integration services, and potentially long-term support. Without specific details on the system's complexity and scope, it's difficult to definitively benchmark, but the competitive award process suggests it was deemed a fair market price at the time of solicitation.
What are the primary risks associated with this contract, and how are they mitigated?
Key risks include potential technical obsolescence, integration challenges with existing systems, and performance issues with specialized equipment. The firm fixed-price contract mitigates financial risk for the government by capping costs. The use of 'Full and Open Competition' aims to select a vendor with proven capabilities, reducing performance risk. However, ongoing monitoring of delivery schedules, performance specifications, and potential for vendor lock-in will be crucial for successful execution and long-term operational effectiveness.
What is the track record of Critical Communications, Controls and Instruments, LLC in fulfilling government contracts of this nature?
Information regarding the specific track record of Critical Communications, Controls and Instruments, LLC for government contracts of this exact nature is not detailed in the provided data. However, their company name suggests a specialization in the required field. A thorough assessment would involve reviewing their past performance ratings, contract history, and any reported issues on similar projects within the Federal Procurement Data System (FPDS) or through agency-specific performance evaluations.
What are the implications of the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' award type?
This award type signifies that while the initial solicitation might have had specific criteria or exclusions that limited the pool of potential offerors, the final award was made through a broad, competitive process open to all responsible sources that met those criteria. It implies that the government sought the best value through competition but may have had specific technical or capability requirements that naturally narrowed the field. This approach aims to balance broad market access with the need for specialized solutions, potentially leading to better pricing and innovation than a sole-source award.
Industry Classification
NAICS: Manufacturing › Audio and Video Equipment Manufacturing › Audio and Video Equipment Manufacturing
Product/Service Code: COMM/DETECT/COHERENT RADIATION
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: N6833525R0312
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 8 COMMERCE WAY, EXETER, NH, 03833
Business Categories: Category Business, Limited Liability Corporation, Manufacturer of Goods, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $12,485,789
Exercised Options: $12,485,789
Current Obligation: $12,485,789
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N6833525D0028
IDV Type: IDC
Timeline
Start Date: 2025-09-18
Current End Date: 2026-06-18
Potential End Date: 2026-06-18 00:00:00
Last Modified: 2025-09-23
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)