Boeing awarded $76.6M for B-52 Universal Armament Interface engineering services by the Air Force

Contract Overview

Contract Amount: $76,589,808 ($76.6M)

Contractor: THE Boeing Company

Awarding Agency: Department of Defense

Start Date: 2025-09-30

End Date: 2028-09-29

Contract Duration: 1,095 days

Daily Burn Rate: $69.9K/day

Competition Type: NOT COMPETED

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: IAW THE ATTACHED STATEMENT OF WORK, B-52 ENGINEERING SERVICES FOR UNIVERSAL ARMAMENT INTERFACE (UAI) IAW EA 25-B52-004.

Place of Performance

Location: OKLAHOMA CITY, OKLAHOMA County, OKLAHOMA, 73135

State: Oklahoma Government Spending

Plain-Language Summary

Department of Defense obligated $76.6 million to THE BOEING COMPANY for work described as: IAW THE ATTACHED STATEMENT OF WORK, B-52 ENGINEERING SERVICES FOR UNIVERSAL ARMAMENT INTERFACE (UAI) IAW EA 25-B52-004. Key points: 1. Contract awarded to a single, established prime contractor for specialized aircraft systems. 2. Focus on engineering services suggests a need for technical expertise in complex systems integration. 3. Long-term contract duration indicates a sustained requirement for B-52 modernization or sustainment. 4. Cost-plus-fixed-fee contract type may allow for flexibility but requires careful cost oversight. 5. Delivery order under an existing contract structure implies a pre-negotiated framework. 6. No small business set-aside indicates the primary contractor is likely a large business.

Value Assessment

Rating: fair

The contract value of $76.6 million over three years for engineering services related to the B-52's Universal Armament Interface appears within a reasonable range for complex defense systems. However, without specific benchmarks for UAI engineering or comparable contracts for similar aircraft modernization efforts, a precise value-for-money assessment is challenging. The cost-plus-fixed-fee structure necessitates diligent oversight to ensure costs remain controlled and that the fixed fee adequately compensates the contractor for their effort without excessive profit.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded as a sole-source delivery order, indicating that competition was likely limited or deemed unnecessary due to the specific nature of the requirement and the existing relationship with the contractor. The lack of a competitive bidding process means that the government did not benefit from potentially lower prices or innovative solutions that could arise from a broader competition. This approach is often used when a specific contractor possesses unique capabilities or intellectual property essential for the task.

Taxpayer Impact: The sole-source nature of this award means taxpayers may not have received the best possible price, as competitive pressures that typically drive down costs were absent.

Public Impact

The U.S. Air Force benefits from continued engineering support for the B-52 bomber fleet's armament systems. This contract ensures the ongoing operational capability and potential modernization of a critical strategic asset. The services delivered will support the sustainment and integration of weapons systems on the B-52. Work is likely to be performed by skilled engineers and technical staff, potentially impacting the aerospace engineering workforce. The geographic impact is centered around the contractor's facilities and Air Force bases where B-52s are operated or maintained.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits price competition, potentially leading to higher costs for taxpayers.
  • Cost-plus-fixed-fee contracts can incentivize cost overruns if not rigorously managed.
  • Long contract duration increases exposure to potential scope creep or evolving requirements.
  • Reliance on a single contractor for critical systems integration may pose supply chain or technical risks.
  • Lack of transparency in the sole-source justification requires careful review.

Positive Signals

  • Award to Boeing, a long-standing and experienced defense contractor, suggests a high likelihood of technical success.
  • Focus on engineering services for a critical platform like the B-52 indicates a commitment to maintaining strategic capabilities.
  • The established relationship may facilitate efficient execution and knowledge transfer.
  • Delivery order structure implies a pre-existing contract vehicle, potentially streamlining the acquisition process.

Sector Analysis

The aerospace and defense sector is characterized by high barriers to entry, complex technological requirements, and significant government investment. Contracts for aircraft manufacturing and sustainment, particularly for legacy platforms like the B-52, represent a substantial portion of defense spending. This contract fits within the broader category of aircraft modification and sustainment, where specialized engineering expertise is crucial for maintaining the effectiveness and longevity of aging fleets. Benchmarks for similar engineering services on major defense platforms can range from tens to hundreds of millions of dollars, depending on the scope and complexity.

Small Business Impact

The contract does not appear to include a small business set-aside, and the prime contractor, The Boeing Company, is a large business. This suggests that the primary focus is on leveraging the prime contractor's extensive capabilities for this specialized engineering work. There may be opportunities for small businesses to participate as subcontractors to Boeing, but the direct award mechanism does not prioritize small business prime participation. The impact on the small business ecosystem will likely be indirect, through potential subcontracting roles.

Oversight & Accountability

Oversight for this contract will primarily fall under the Department of the Air Force's contracting and program management offices. Given the cost-plus-fixed-fee structure, rigorous financial oversight and performance monitoring will be critical to ensure cost control and adherence to the statement of work. The contract's duration and value may also subject it to review by the Government Accountability Office (GAO) or the Inspector General, particularly if performance issues or cost disputes arise. Transparency will depend on the public availability of contract modifications and performance reports.

Related Government Programs

  • B-52 Bomber Sustainment Programs
  • Air Force Weapon Systems Engineering
  • Aircraft Armament Systems
  • Defense Contract Management Agency (DCMA) Oversight
  • Aerospace Engineering Services

Risk Flags

  • Sole Source Justification
  • Cost-Plus Contract Type
  • Long-Term Duration

Tags

defense, air-force, department-of-defense, boeing, b-52, engineering-services, armament-interface, sole-source, cost-plus-fixed-fee, delivery-order, aircraft-manufacturing, large-business

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $76.6 million to THE BOEING COMPANY. IAW THE ATTACHED STATEMENT OF WORK, B-52 ENGINEERING SERVICES FOR UNIVERSAL ARMAMENT INTERFACE (UAI) IAW EA 25-B52-004.

Who is the contractor on this award?

The obligated recipient is THE BOEING COMPANY.

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 $76.6 million.

What is the period of performance?

Start: 2025-09-30. End: 2028-09-29.

What is the historical spending trend for B-52 engineering services, and how does this award compare?

Analyzing historical spending on B-52 engineering services requires access to detailed contract databases and program-specific financial reports. Generally, sustainment and modernization of legacy platforms like the B-52 involve consistent, multi-year investments. Recent years have seen increased focus on extending the life of the B-52 fleet, implying a steady or potentially increasing demand for related engineering support. This $76.6 million award for a three-year period for UAI engineering appears to be a significant, but not unprecedented, investment within the context of ongoing B-52 sustainment efforts. Without specific historical data points for UAI engineering alone, direct comparison is difficult, but it aligns with the overall trend of substantial funding allocated to maintaining and upgrading this strategic bomber.

What specific risks are associated with the Cost Plus Fixed Fee (CPFF) contract type for this project?

The Cost Plus Fixed Fee (CPFF) contract type carries inherent risks for the government, primarily related to cost control. While the fixed fee provides the contractor with a defined profit margin, the 'cost' portion means the government reimburses the contractor for allowable costs incurred. This can incentivize less stringent cost management by the contractor, as higher costs directly translate to higher overall contract value (though the fee remains fixed). For the government, the risk is that the total cost of performance could exceed initial estimates significantly. Effective oversight, detailed cost accounting standards, and clear definitions of allowable costs are crucial to mitigate these risks and ensure the government receives good value. For this B-52 UAI engineering project, rigorous monitoring of labor hours, material costs, and indirect expenses will be paramount.

How does Boeing's track record with the B-52 program influence the risk assessment of this contract?

Boeing's extensive and long-standing track record as the prime contractor for the B-52 program significantly mitigates risks associated with this specific contract. As the original manufacturer and primary sustainment provider for decades, Boeing possesses unparalleled institutional knowledge, technical data, and engineering expertise related to the B-52 platform. This familiarity reduces the learning curve and the likelihood of unforeseen technical challenges or integration issues. Their established supply chain and workforce experienced with the B-52 further contribute to a lower risk profile. While any complex engineering project carries some risk, Boeing's deep historical involvement suggests a higher probability of successful execution and timely delivery of the required engineering services for the Universal Armament Interface.

What are the potential performance implications of awarding this contract solely to Boeing?

Awarding this contract solely to Boeing, while potentially ensuring deep expertise, could limit performance gains that might arise from competitive innovation. Boeing's established processes and familiarity with the B-52 may lead to efficient execution. However, a competitive environment could have spurred alternative engineering approaches or technological solutions that Boeing might not independently pursue. The performance risk is somewhat mitigated by Boeing's proven capabilities, but the government foregoes the potential for disruptive innovation or cost-saving methodologies that a more open competition might yield. Performance will largely depend on the clarity of the Statement of Work and the effectiveness of the Air Force's program management oversight in holding Boeing to defined performance metrics.

Are there any known issues or controversies related to Boeing's past performance on B-52 sustainment contracts?

While Boeing generally has a strong track record with the B-52 program, like any large defense contractor, they may have faced specific performance issues or controversies on past contracts. These could range from minor schedule delays or cost variances to more significant technical challenges. However, without specific details regarding controversies directly linked to B-52 engineering services for armament interfaces, it's difficult to provide a definitive assessment. Publicly available information and contract databases would need to be thoroughly reviewed for any formal disputes, GAO protests, or Inspector General findings related to Boeing's B-52 sustainment work. Generally, the Air Force maintains performance metrics and feedback mechanisms that would inform decisions about sole-source awards.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingAircraft Manufacturing

Product/Service Code: MODIFICATION OF EQUIPMENTMODIFICATION OF EQUIPMENT

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 6001 S AIR DEPOT BLVD, OKLAHOMA CITY, OK, 73135

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: $76,589,808

Exercised Options: $76,589,808

Current Obligation: $76,589,808

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: FA810719D0001

IDV Type: IDC

Timeline

Start Date: 2025-09-30

Current End Date: 2028-09-29

Potential End Date: 2028-09-29 00:00:00

Last Modified: 2025-09-29

More Contracts from THE Boeing Company

View all THE Boeing Company federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending