GSA awards $35.3M sole-source IDIQ for wireless communications equipment to L3 Technologies
Contract Overview
Contract Amount: $35,334,451 ($35.3M)
Contractor: L3 Technologies, Inc.
Awarding Agency: General Services Administration
Start Date: 2024-07-02
End Date: 2026-05-01
Contract Duration: 668 days
Daily Burn Rate: $52.9K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: L3 SOLE SOURCE IDIQ TO35 MCSC LINK 16
Place of Performance
Location: STAFFORD, STAFFORD County, VIRGINIA, 22554
State: Virginia Government Spending
Plain-Language Summary
General Services Administration obligated $35.3 million to L3 TECHNOLOGIES, INC. for work described as: L3 SOLE SOURCE IDIQ TO35 MCSC LINK 16 Key points: 1. Contract awarded on a sole-source basis, limiting competitive pricing benefits. 2. The contract is for wireless communications equipment, a critical but potentially high-cost sector. 3. A fixed-price contract type may offer cost certainty but could limit flexibility. 4. The contract duration of nearly two years suggests a sustained need for these services. 5. The award is a delivery order under an existing IDIQ, indicating a pre-established relationship. 6. The small business subcontracting plan is not applicable, suggesting no specific set-aside for small businesses.
Value Assessment
Rating: questionable
Benchmarking the value of this sole-source award is challenging without competitive data. The contract's value of $35.3 million over approximately two years for wireless communications equipment needs careful scrutiny. Without a competitive process, it's difficult to ascertain if the pricing reflects fair market value or if there were opportunities for cost savings through bidding. The fixed-price nature provides some predictability, but the absence of competition raises concerns about potential overpayment compared to a more open procurement.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as a sole-source IDIQ, meaning it was not competed. This approach is typically used when only one responsible source is available or authorized by statute. The lack of competition means that multiple vendors did not have the opportunity to bid, which can limit price discovery and potentially lead to higher costs for the government.
Taxpayer Impact: Taxpayers may not benefit from the cost savings typically achieved through a competitive bidding process. The government may be paying a premium due to the absence of market forces driving down prices.
Public Impact
The primary beneficiary is L3 Technologies, Inc., the sole-source contractor. The contract will deliver wireless communications equipment, essential for various government operations. The geographic impact is likely focused on areas where GSA and its supported agencies require this equipment, with a specific mention of Virginia. Workforce implications are tied to L3 Technologies' internal operations and potential need for specialized personnel in manufacturing and logistics.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pressure on pricing.
- Lack of competition may result in higher costs for taxpayers.
- Reliance on a single vendor for critical equipment can pose supply chain risks.
Positive Signals
- Fixed-price contract offers cost predictability for the government.
- Award is a delivery order under an existing IDIQ, suggesting a streamlined process.
- Contract supports essential wireless communications infrastructure.
Sector Analysis
The wireless communications equipment manufacturing sector is characterized by rapid technological advancements and significant R&D investment. This contract falls under NAICS code 334220, which includes establishments primarily engaged in manufacturing radio and television broadcasting and wireless communications equipment. The market is often dominated by a few large players due to high barriers to entry. Government spending in this area is crucial for maintaining secure and advanced communication networks, but competitive procurement is vital to ensure value for money.
Small Business Impact
This contract does not appear to have a small business set-aside, as indicated by 'sb': false. Consequently, there are no direct subcontracting implications for small businesses mandated by this specific award. The absence of a set-aside means that opportunities for small businesses to participate as prime contractors or through subcontracting are not explicitly prioritized in this procurement.
Oversight & Accountability
Oversight for this contract will be managed by the General Services Administration (GSA), specifically its Federal Acquisition Service. As a sole-source award, scrutiny on pricing and justification for the lack of competition is paramount. Transparency regarding the necessity of the sole-source approach and the contractor's performance against the contract terms will be key oversight elements. Inspector General involvement would typically be triggered by specific concerns or audits related to contract performance or financial integrity.
Related Government Programs
- Defense Communications Equipment
- Federal Information Technology Services
- Wireless Network Infrastructure
- Radio and Television Broadcasting Equipment
Risk Flags
- Sole-source award lacks competitive justification.
- Potential for above-market pricing due to lack of competition.
- Dependency on a single vendor for critical equipment.
Tags
gsa, general-services-administration, l3-technologies, sole-source, wireless-communications-equipment, firm-fixed-price, delivery-order, idiq, defense-related, communications-manufacturing, virginia, large-contract
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $35.3 million to L3 TECHNOLOGIES, INC.. L3 SOLE SOURCE IDIQ TO35 MCSC LINK 16
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 $35.3 million.
What is the period of performance?
Start: 2024-07-02. End: 2026-05-01.
What is the justification for awarding this contract on a sole-source basis?
The provided data indicates this contract was awarded on a sole-source basis ('ct': 'NOT COMPETED'). The specific justification for this sole-source award is not detailed in the provided data snippet. Typically, sole-source procurements are justified under specific circumstances outlined in federal acquisition regulations, such as when only one responsible source is available, or in cases of urgent and compelling need where competition is not feasible. Without further documentation from the agency (General Services Administration in this case), the precise rationale remains unknown. This lack of competition is a significant factor in assessing the contract's value and potential risks.
How does the pricing of this contract compare to similar wireless communications equipment procurements?
Direct price comparison is difficult without access to detailed pricing structures and specific equipment specifications for similar contracts, especially given this is a sole-source award. However, the total award amount of $35.3 million over approximately 22 months (from July 2024 to May 2026) suggests an average annual value of roughly $16 million. Sole-source contracts inherently lack the downward price pressure that competition provides. Therefore, it is plausible that the unit costs or overall price for the equipment and services procured under this contract may be higher than if it had been competitively bid. A thorough value assessment would require benchmarking against market rates for comparable equipment and services, considering factors like quantity, technical specifications, and warranty.
What are the potential risks associated with a sole-source award for critical communication equipment?
Sole-source awards for critical communication equipment present several risks. Firstly, the lack of competition can lead to inflated prices, meaning taxpayers may not receive the best possible value for their investment. Secondly, it creates a dependency on a single vendor, which can introduce supply chain vulnerabilities. If L3 Technologies faces production issues, delivery delays, or financial instability, the government's access to essential communication capabilities could be jeopardized. Thirdly, without competitive pressure, there might be less incentive for the contractor to innovate or offer superior service levels. Finally, the absence of a competitive process makes it harder to ensure that the chosen solution represents the most technologically advanced or cost-effective option available in the market.
What is the historical spending pattern with L3 Technologies, Inc. for similar equipment under GSA?
The provided data snippet does not include historical spending patterns with L3 Technologies, Inc. or for similar equipment under GSA. To assess historical spending, one would need to access contract databases and search for previous awards to L3 Technologies, Inc. for wireless communications equipment or related services, particularly those issued by the General Services Administration. Analyzing past contract values, durations, and competition levels would provide context on the government's prior relationship with the contractor and whether this current award represents an increase or decrease in spending, or a shift in procurement strategy (e.g., from competitive to sole-source).
How does the contract type (Firm Fixed Price) impact risk and value for this sole-source award?
The Firm Fixed Price (FFP) contract type generally shifts the cost risk from the government to the contractor. This means L3 Technologies, Inc. is responsible for all costs incurred to deliver the specified wireless communications equipment. For the government, an FFP contract provides cost certainty, as the final price is established upfront. However, in the context of a sole-source award, this certainty comes at a potential cost. Without competition, the government cannot be assured that the fixed price represents the lowest achievable price. While the FFP protects against cost overruns by the contractor, the initial price itself might be higher than it would be in a competitive scenario, potentially diminishing the overall value proposition despite the risk transfer.
Industry Classification
NAICS: Manufacturing › Communications Equipment Manufacturing › Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
Product/Service Code: IT AND TELECOM - NETWORK
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 47QFLA24Q0101
Pricing Type: FIRM FIXED PRICE (J)
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: $35,334,451
Exercised Options: $35,334,451
Current Obligation: $35,334,451
Subaward Activity
Number of Subawards: 5
Total Subaward Amount: $435,860
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: 2024-07-02
Current End Date: 2026-05-01
Potential End Date: 2026-09-07 00:00:00
Last Modified: 2026-01-08
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)