HII Mission Technologies Corp awarded $39.2M for PEO Ships Expeditionary Warfare Technical Analysis
Contract Overview
Contract Amount: $39,252,437 ($39.3M)
Contractor: HII Mission Technologies Corp
Awarding Agency: Department of Defense
Start Date: 2016-12-30
End Date: 2021-12-29
Contract Duration: 1,825 days
Daily Burn Rate: $21.5K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: R&D
Official Description: IGF::CL::IGF NAVSEA EXPEDITIONARY WARFARE TECHNICAL ANALYSIS PROGRAM EXECUTIVE OFFICE SHIPS, AMPHIBIOUS WARFARE PROGRAM OFFICE (PMS 377)
Place of Performance
Location: WASHINGTON NAVY YARD, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20376
Plain-Language Summary
Department of Defense obligated $39.3 million to HII MISSION TECHNOLOGIES CORP for work described as: IGF::CL::IGF NAVSEA EXPEDITIONARY WARFARE TECHNICAL ANALYSIS PROGRAM EXECUTIVE OFFICE SHIPS, AMPHIBIOUS WARFARE PROGRAM OFFICE (PMS 377) Key points: 1. Contract supports critical research and development for the Navy's Amphibious Warfare Program Office. 2. The contract was awarded through full and open competition, suggesting a competitive bidding process. 3. Performance period spans five years, indicating a long-term need for these technical services. 4. The contract type is Cost Plus Fixed Fee (CPFF), which can incentivize cost control but also carries risk. 5. This award falls under R&D in Physical, Engineering, and Life Sciences, a key area for defense innovation. 6. The geographic location is Washington D.C., a hub for defense contracting and policy.
Value Assessment
Rating: fair
Benchmarking the value of this specific contract is challenging without more granular data on the scope of 'technical analysis' and comparable R&D efforts. The Cost Plus Fixed Fee (CPFF) structure means the final cost is not fixed upfront, making direct price comparisons difficult. However, the award amount of $39.2 million over five years suggests a significant investment in specialized technical expertise for naval warfare systems.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under a full and open competition, indicating that multiple bidders had the opportunity to submit proposals. The specific number of bidders is not provided, but this procurement method generally fosters price discovery and allows the government to select the best value offer. The open competition suggests a healthy market for these specialized R&D services.
Taxpayer Impact: Taxpayers benefit from a competitive process that aims to secure the most effective technical analysis at a reasonable cost, reducing the risk of overpayment.
Public Impact
The primary beneficiaries are the U.S. Navy's Program Executive Office for Ships, specifically the Amphibious Warfare Program Office. Services delivered include technical analysis crucial for the development and improvement of expeditionary warfare capabilities. The geographic impact is primarily within the defense sector, supporting naval operations and readiness. Workforce implications include the need for highly skilled scientists, engineers, and analysts within HII Mission Technologies Corp.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost Plus Fixed Fee (CPFF) contracts can lead to cost overruns if not managed diligently.
- The broad scope of 'technical analysis' may present challenges in defining clear performance metrics and deliverables.
- Reliance on a single awardee for a five-year period could limit future innovation if market conditions change.
Positive Signals
- Awarded through full and open competition, indicating a robust bidding process.
- The contract supports critical R&D for naval expeditionary warfare, aligning with national defense priorities.
- A five-year performance period suggests a stable, long-term requirement for specialized expertise.
Sector Analysis
This contract falls within the Research and Development sector, specifically focusing on physical, engineering, and life sciences, excluding biotechnology. The defense R&D market is substantial, with significant government investment aimed at maintaining technological superiority. Comparable spending benchmarks would involve other contracts for advanced technical analysis, systems engineering, and program support within the Department of Defense, particularly for naval programs.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses stemming from a set-aside. However, the prime contractor, HII Mission Technologies Corp, may engage small businesses as subcontractors for specialized support, though this is not explicitly detailed in the provided data.
Oversight & Accountability
Oversight for this contract would typically be managed by the Program Executive Office (PEO) Ships and the relevant contracting activity within the Department of Defense. Accountability measures are embedded within the Cost Plus Fixed Fee structure, requiring detailed cost reporting and performance justification. Transparency is facilitated through contract award databases, though specific performance details and cost breakdowns may be sensitive.
Related Government Programs
- Naval Sea Systems Command (NAVSEA)
- Program Executive Office Ships (PEO Ships)
- Amphibious Warfare Programs
- Defense Research and Development Contracts
- Naval Technology Development
Risk Flags
- Cost Plus Fixed Fee (CPFF) contract type requires careful monitoring to manage costs.
- Long contract duration (5 years) may lead to scope obsolescence or reduced flexibility.
- Definition of 'technical analysis' is broad and may require detailed performance metrics.
Tags
department-of-defense, navy, program-executive-office-ships, amphibious-warfare, research-and-development, technical-analysis, cost-plus-fixed-fee, full-and-open-competition, hii-mission-technologies-corp, washington-dc, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $39.3 million to HII MISSION TECHNOLOGIES CORP. IGF::CL::IGF NAVSEA EXPEDITIONARY WARFARE TECHNICAL ANALYSIS PROGRAM EXECUTIVE OFFICE SHIPS, AMPHIBIOUS WARFARE PROGRAM OFFICE (PMS 377)
Who is the contractor on this award?
The obligated recipient is HII MISSION TECHNOLOGIES CORP.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Air Force).
What is the total obligated amount?
The obligated amount is $39.3 million.
What is the period of performance?
Start: 2016-12-30. End: 2021-12-29.
What is the specific nature of the 'technical analysis' required under this contract?
The provided data does not detail the specific nature of the 'technical analysis.' However, given the context of the Program Executive Office (PEO) Ships and the Amphibious Warfare Program Office, it likely involves in-depth engineering, scientific, and operational assessments related to naval platforms, systems, and strategies for amphibious operations. This could include performance modeling, simulation, risk assessment, system integration analysis, and feasibility studies for new technologies or upgrades to existing systems. The 'Research and Development in the Physical, Engineering, and Life Sciences' NAICS code further suggests a focus on scientific and technical problem-solving.
How does the Cost Plus Fixed Fee (CPFF) contract type compare to other R&D contract types in terms of risk and incentive?
Cost Plus Fixed Fee (CPFF) contracts are common in R&D where the scope is not fully defined, and costs are uncertain. The government agrees to pay the contractor's actual costs plus a fixed fee, which represents the contractor's profit. This structure incentivizes the contractor to perform the work but can lead to cost overruns if the initial cost estimates are inaccurate or if scope creep occurs. Unlike fixed-price contracts, the government bears the cost risk. Compared to Cost Plus Incentive Fee (CPIF), CPFF offers less direct incentive for the contractor to control costs beyond avoiding contract termination, as the fee is fixed regardless of the final cost. However, it provides more cost certainty for the government than a Cost Plus Award Fee (CPAF) contract.
What is the historical spending pattern for similar technical analysis services within PEO Ships or the Amphibious Warfare Program Office?
The provided data does not include historical spending patterns for similar services within PEO Ships or the Amphibious Warfare Program Office. To assess historical spending, one would need to query contract databases for awards with similar NAICS codes (e.g., 541712) and service descriptions related to technical analysis, systems engineering, or program support for naval amphibious capabilities over previous fiscal years. Analyzing trends in award amounts, contract types, and durations would provide context for the $39.2 million award to HII Mission Technologies Corp.
What is HII Mission Technologies Corp's track record with similar Department of Defense R&D contracts?
HII Mission Technologies Corp, a subsidiary of Huntington Ingalls Industries, has a significant track record with the Department of Defense, particularly in shipbuilding, defense systems, and technology solutions. While specific details on their past performance for 'Expeditionary Warfare Technical Analysis' are not in this dataset, their extensive experience in supporting naval programs suggests a strong capability. A thorough assessment would involve reviewing their past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS) on similar R&D, engineering, and technical support contracts awarded by the Navy and other DoD agencies.
What are the potential risks associated with a five-year contract duration for R&D services?
A five-year duration for R&D services carries several potential risks. Firstly, technology and threats can evolve rapidly, meaning the initial scope or objectives might become outdated before the contract concludes. Secondly, long-term reliance on a single contractor could stifle innovation or prevent the government from benefiting from new solutions offered by emerging competitors. Thirdly, maintaining consistent oversight and ensuring continued high performance over such an extended period requires sustained effort and resources from the government. Finally, if the contractor's performance or strategic direction shifts unfavorably, the government is locked into the contract for a significant duration.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Scientific Research and Development Services › Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
Product/Service Code: RESEARCH AND DEVELOPMENT › OTHER RESEARCH/DEVELOPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: FA807513R0001
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Alion Science and Technology Corporation (UEI: 119162332)
Address: 8350 BROAD ST STE 1400, MC LEAN, VA, 22102
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $39,256,338
Exercised Options: $39,256,338
Current Obligation: $39,252,437
Subaward Activity
Number of Subawards: 16
Total Subaward Amount: $14,616,193
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: FA807514D0014
IDV Type: IDC
Timeline
Start Date: 2016-12-30
Current End Date: 2021-12-29
Potential End Date: 2021-12-29 00:00:00
Last Modified: 2021-03-31
More Contracts from HII Mission Technologies Corp
- Task Order (TO) 47qfca18f0067 IS Hereby Awarded to Alion Science and Technology Corporation to Provide Contractor Support to the Joint Capability Embedded Technology Insertion and Integration (jcetii) Remote Sensing Center (RSC) Within the National Capital Region (NCR). the Period of Performance for This to Will BE September 28, 2018 Through September 27, 2023. the Total Value of the to Will BE $769,178,979 — $934.5M (General Services Administration)
- THE Purpose of This Contract Action IS to Transfer the Administration of This Order From GSA Region 1 to GSA Fedsim — $870.8M (General Services Administration)
- Award of Nite Task Order — $816.6M (Department of Defense)
- THE Purpose of This Action IS to Award a Task Order - Joint Network of Engineering and Emerging Operations (jneeo) — $723.3M (General Services Administration)
- Services 01 JAN 09 to 31 DEC 09 — $684.9M (Department of Defense)
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)