L3 Technologies Awarded $20.7M Sole Source IDIQ for SOCOM RPA Sustainment
Contract Overview
Contract Amount: $20,717,151 ($20.7M)
Contractor: L3 Technologies, Inc.
Awarding Agency: General Services Administration
Start Date: 2020-09-21
End Date: 2026-06-01
Contract Duration: 2,079 days
Daily Burn Rate: $10.0K/day
Competition Type: NOT COMPETED
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: L3 SOLE SOURCE IDIQ TO2 SOCOM RPA PRT AND SRVT SUSTAINMENT REQUIREMENTS
Place of Performance
Location: TAMPA, HILLSBOROUGH County, FLORIDA, 33621
State: Florida Government Spending
Plain-Language Summary
General Services Administration obligated $20.7 million to L3 TECHNOLOGIES, INC. for work described as: L3 SOLE SOURCE IDIQ TO2 SOCOM RPA PRT AND SRVT SUSTAINMENT REQUIREMENTS Key points: 1. Sole-source award to L3 Technologies for critical SOCOM RPA sustainment. 2. Contract type is Time and Materials, potentially leading to cost overruns. 3. No small business participation noted. 4. High-risk contract due to sole-source nature and T&M pricing.
Value Assessment
Rating: questionable
The $20.7 million award is a sole-source IDIQ, making direct price comparisons difficult. The Time and Materials pricing structure raises concerns about cost control and potential for exceeding the ceiling.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award to L3 Technologies. The lack of competition limits price discovery and potentially results in a higher cost to the government.
Taxpayer Impact: The sole-source nature and Time and Materials pricing structure may lead to increased taxpayer costs due to limited price competition and potential for cost overruns.
Public Impact
Ensures sustainment for critical SOCOM RPA systems, vital for national security operations. Lack of competition raises concerns about fair pricing and efficient use of taxpayer funds. Potential for cost growth due to Time and Materials contract type. No small business participation could limit economic opportunities for smaller firms.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole Source
- Time and Materials Pricing
- No Small Business Participation
Positive Signals
- Critical System Sustainment
- Long-term contract provides stability
Sector Analysis
This contract falls within the 'Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing' sector, specifically supporting advanced defense technology. Spending benchmarks for similar sole-source sustainment contracts are difficult to establish due to the unique nature of the equipment and services.
Small Business Impact
This contract explicitly states no small business participation. This is a missed opportunity to leverage the capabilities of small businesses in the defense technology supply chain and could impact economic diversity.
Oversight & Accountability
The sole-source nature of this award warrants close oversight to ensure fair pricing and prevent cost creep. Robust monitoring of the Time and Materials expenditures is crucial for accountability.
Related Government Programs
- Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- General Services Administration Contracting
- Federal Acquisition Service Programs
Risk Flags
- Sole Source Award
- Time and Materials Pricing
- Lack of Competition
- No Small Business Participation
- Potential for Cost Overruns
Tags
radio-and-television-broadcasting-and-wi, general-services-administration, fl, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $20.7 million to L3 TECHNOLOGIES, INC.. L3 SOLE SOURCE IDIQ TO2 SOCOM RPA PRT AND SRVT SUSTAINMENT REQUIREMENTS
Who is the contractor on this award?
The obligated recipient is L3 TECHNOLOGIES, INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $20.7 million.
What is the period of performance?
Start: 2020-09-21. End: 2026-06-01.
What is the justification for the sole-source award, and were alternative competitive strategies considered?
The justification for a sole-source award typically stems from unique capabilities, proprietary technology, or urgent needs where only one source can fulfill the requirement. Agencies must document extensive market research to confirm no other sources can meet the need. Alternative competitive strategies should always be explored, and a sole-source award should be a last resort, requiring strong justification to ensure fair and reasonable pricing.
How will the government mitigate the risks associated with Time and Materials pricing to control costs?
Mitigation strategies for Time and Materials (T&M) contracts include establishing firm-fixed-price CLINs for specific tasks where feasible, setting clear labor categories and rates, implementing strict oversight of hours worked, and requiring detailed progress reports. Government contracting officers must actively monitor expenditures against the contract ceiling and conduct regular reviews to ensure efficiency and prevent cost overruns.
What is the long-term strategy for ensuring competitive sourcing for future sustainment requirements of these RPA systems?
The long-term strategy should involve proactive market research to identify potential sources for future sustainment, potentially through breaking down requirements into smaller, more competitive packages. Developing a robust sustainment plan that encourages competition, perhaps through phased transitions or by fostering new capabilities in the market, is essential to avoid perpetual sole-source awards and ensure cost-effectiveness.
Industry Classification
NAICS: Manufacturing › Communications Equipment Manufacturing › Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 640 N 2200 W, SALT LAKE CITY, UT, 84116
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: $25,658,285
Exercised Options: $24,738,482
Current Obligation: $20,717,151
Subaward Activity
Number of Subawards: 30
Total Subaward Amount: $3,816,415
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 47QFLA20D0014
IDV Type: IDC
Timeline
Start Date: 2020-09-21
Current End Date: 2026-06-01
Potential End Date: 2026-06-01 00:00:00
Last Modified: 2025-12-17
More Contracts from L3 Technologies, Inc.
- 63 Each of the Following Hardware Items for the Bradley Fighting Vehicle System (bfvs): Thor Hmpt 800HP Reman Transmission, NSN 2520-01-626-5061 TCM Electronic Assembly, NSN 2520-01-627-6468 Shift Tower, NSN 2520-01-465-5184 TEC Cable, NSN 6150-01-631-6134 — $456.5M (Department of Defense)
- Purchase of 538 EA E-Rovers — $401.1M (Department of Defense)
- Federal Contract — $395.7M (Department of Defense)
- CEC System Production and Repair — $315.9M (Department of Defense)
- Undersea Warfare Training Range (uswtr) Program Requirements Will Provide the Capability for Undersea Warfare (USW) Training and Assessment in Shallow Water and Deep Water Under Adverse Conditions for AIR, Surface, and Subsurface Forces — $267.9M (Department of Defense)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)