Raytheon Awarded $10.95M FAA Contract for ATCBI-6M5 Sustained Operations Through 2028
Contract Overview
Contract Amount: $10,948,100 ($10.9M)
Contractor: Raytheon Company
Awarding Agency: Department of Transportation
Start Date: 2026-01-06
End Date: 2028-01-06
Contract Duration: 730 days
Daily Burn Rate: $15.0K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: IT
Official Description: ATCBI-6M5 SUSTAINMENT WITH CONDOR MK3
Place of Performance
Location: OKLAHOMA CITY, OKLAHOMA County, OKLAHOMA, 73125
State: Oklahoma Government Spending
Plain-Language Summary
Department of Transportation obligated $10.9 million to RAYTHEON COMPANY for work described as: ATCBI-6M5 SUSTAINMENT WITH CONDOR MK3 Key points: 1. Contract value of $10.95M over two years. 2. Sole-source award to Raytheon Company for critical air traffic control system. 3. Potential risk associated with single-vendor reliance for essential infrastructure. 4. Spending falls within the IT and Defense-related manufacturing sector.
Value Assessment
Rating: fair
The contract value of $10.95M for a two-year sustainment period appears reasonable given the specialized nature of air traffic control systems. However, without detailed cost breakdowns or benchmarks for similar sustainment contracts, a precise value assessment is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award to Raytheon Company. This limits price discovery and potentially leads to higher costs compared to a competitive bidding process. The justification for sole-source is not provided.
Taxpayer Impact: Taxpayer funds are being expended without the benefit of competitive pricing, which could result in a less efficient use of resources.
Public Impact
Ensures continued operation of vital air traffic control systems. Supports national airspace safety and efficiency. Potential for increased costs due to lack of competition. Reliability of air traffic control infrastructure is maintained.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and price discovery.
- Potential for cost overruns without competitive pressure.
- Dependence on a single vendor for critical system sustainment.
Positive Signals
- Ensures continuity of essential air traffic control services.
- Contract awarded to a known entity with likely expertise.
Sector Analysis
This contract falls within the IT and Defense-related manufacturing sector, specifically for navigation and guidance systems. Spending benchmarks for sustainment of such critical infrastructure are often high due to specialized knowledge and proprietary technology requirements.
Small Business Impact
This contract was awarded to Raytheon Company, a large business. There is no indication of subcontracting opportunities for small businesses within the provided data, suggesting limited direct impact on the small business sector for this specific award.
Oversight & Accountability
The sole-source nature of this award warrants close oversight to ensure fair pricing and prevent potential cost creep. The FAA should have robust internal controls to monitor performance and expenditures throughout the contract duration.
Related Government Programs
- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Department of Transportation Contracting
- Federal Aviation Administration Programs
Risk Flags
- Sole-source award
- Lack of competitive bidding
- Potential for inflated pricing
- Vendor lock-in risk
- Limited transparency on justification
Tags
search-detection-navigation-guidance-aer, department-of-transportation, ok, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Transportation awarded $10.9 million to RAYTHEON COMPANY. ATCBI-6M5 SUSTAINMENT WITH CONDOR MK3
Who is the contractor on this award?
The obligated recipient is RAYTHEON COMPANY.
Which agency awarded this contract?
Awarding agency: Department of Transportation (Federal Aviation Administration).
What is the total obligated amount?
The obligated amount is $10.9 million.
What is the period of performance?
Start: 2026-01-06. End: 2028-01-06.
What is the specific justification for awarding this contract on a sole-source basis, and what steps are being taken to ensure fair pricing?
The justification for a sole-source award typically involves unique capabilities, proprietary technology, or critical urgency where only one vendor can meet the requirements. The FAA should have internal processes to validate these claims and negotiate pricing rigorously. Transparency regarding the justification and cost analysis is crucial for accountability and demonstrating responsible use of taxpayer funds.
What are the long-term risks associated with relying on a single vendor for the sustainment of critical air traffic control systems?
Long-term sole-source reliance can lead to vendor lock-in, reduced innovation, and escalating costs as the vendor faces no competitive pressure. It also creates a single point of failure; if the vendor experiences financial difficulties or operational issues, it could severely disrupt essential services. Diversification strategies or clear transition plans should be considered to mitigate these risks.
How does the performance of the ATCBI-6M5 system compare to industry benchmarks, and is this sustainment contract aligned with achieving optimal system effectiveness?
Assessing system effectiveness requires performance data and comparison against industry standards for air traffic control technology. The sustainment contract's alignment with effectiveness depends on the scope of services, including maintenance, upgrades, and technical support. Without specific performance metrics and benchmark data, it's challenging to definitively state if the contract ensures optimal system effectiveness.
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: COMM/DETECT/COHERENT RADIATION
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 697DCK-26-R-00066
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Parent Company: RTX Corp
Address: 1001 BOSTON POST RD E, MARLBOROUGH, MA, 01752
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: $13,956,673
Exercised Options: $13,956,673
Current Obligation: $10,948,100
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2026-01-06
Current End Date: 2028-01-06
Potential End Date: 2028-01-06 00:00:00
Last Modified: 2026-01-06
More Contracts from Raytheon Company
- Federal Contract — $5.7B (Department of Defense)
- TEN Fire Units for Qatar — $5.6B (Department of Defense)
- GPS Advanced Control Segment (OCX) Phase B Blocks 1 and 2 — $4.5B (Department of Defense)
- An/Spy-6(v) Hardware Production — $3.3B (Department of Defense)
- Predominant - Patriot UAE — $3.0B (Department of Defense)
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)