Air Force awards $79.2M for aircraft engine parts, raising questions about competition and value

Contract Overview

Contract Amount: $79,209,519 ($79.2M)

Contractor: Rolls-Royce Corporation

Awarding Agency: Department of Defense

Start Date: 2025-12-01

End Date: 2026-11-30

Contract Duration: 364 days

Daily Burn Rate: $217.6K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: T108 PROPULSION SUSTAINMENT SYSTEM (ENGINE NACELLE, AND PROPELLER) PRICE PER FLYING HOUR TASK ORDER.

Place of Performance

Location: INDIANAPOLIS, MARION County, INDIANA, 46225

State: Indiana Government Spending

Plain-Language Summary

Department of Defense obligated $79.2 million to ROLLS-ROYCE CORPORATION for work described as: T108 PROPULSION SUSTAINMENT SYSTEM (ENGINE NACELLE, AND PROPELLER) PRICE PER FLYING HOUR TASK ORDER. Key points: 1. Contract awarded on a sole-source basis, limiting price discovery and potentially increasing costs. 2. High price per flying hour suggests a need for benchmarking against similar sustainment contracts. 3. Lack of competition is a significant risk indicator for potential overspending. 4. The contract duration of one year provides limited long-term performance data. 5. Focus on engine nacelle and propeller sustainment indicates a critical component of aircraft readiness. 6. The contract's value, while substantial, needs to be assessed relative to the scope of services.

Value Assessment

Rating: questionable

The price per flying hour for this contract is not immediately benchmarked against similar sustainment contracts for Rolls-Royce engines. Given the sole-source nature, it is difficult to assess if the pricing reflects competitive market rates. Further analysis would be needed to compare this to historical data or industry benchmarks for similar engine components and services to determine if the government is receiving good value for money. The fixed-price nature of the contract provides some cost certainty, but the absence of competition raises concerns about the optimal price being achieved.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning that Rolls-Royce Corporation was the only vendor considered. This typically occurs when a specific vendor possesses unique capabilities, intellectual property, or is the sole provider of necessary parts or services. The lack of competition means that the Air Force did not benefit from a bidding process, which could have driven down prices and spurred innovation. Without multiple bidders, there is less pressure on the contractor to offer the most competitive pricing.

Taxpayer Impact: Taxpayers may be paying a premium due to the absence of competitive bidding. Sole-source awards can limit the government's ability to secure the best possible prices, potentially leading to higher overall spending on aircraft sustainment.

Public Impact

The primary beneficiaries are the U.S. Air Force and its operational readiness, ensuring aircraft are maintained and mission-capable. Services delivered include the sustainment of critical aircraft engine components: nacelles and propellers. The geographic impact is likely focused on Air Force bases where these aircraft are stationed and maintained. Workforce implications include the need for skilled technicians to perform maintenance and repair on these specialized engine parts.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pressure, potentially leading to higher costs for taxpayers.
  • Lack of transparency in the pricing structure due to no competitive bidding.
  • Dependence on a single contractor for critical sustainment parts could pose supply chain risks.
  • The price per flying hour needs rigorous benchmarking to ensure value for money.

Positive Signals

  • Rolls-Royce is a known entity with established expertise in aircraft engine sustainment.
  • Fixed-price contract type provides cost predictability for the Air Force.
  • The contract focuses on essential components for aircraft operational readiness.

Sector Analysis

This contract falls within the aerospace and defense manufacturing sector, specifically focusing on aircraft engine components. The market for aircraft engine sustainment is often dominated by a few large original equipment manufacturers (OEMs) like Rolls-Royce, due to proprietary technology and specialized knowledge. Spending in this area is critical for maintaining fleet readiness and operational capability. Comparable spending benchmarks would involve analyzing other sustainment contracts for similar engine types across different military branches or allied nations.

Small Business Impact

The data indicates that this contract was not competed and there is no indication of small business set-asides or subcontracting plans. This suggests that small businesses are unlikely to be directly involved in fulfilling this specific contract. The absence of subcontracting requirements means that opportunities for small businesses to participate in the supply chain for these engine parts are limited under this award.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of the Air Force's contracting and program management offices. Accountability measures would include performance monitoring against contract terms and delivery schedules. Transparency may be limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

  • Aircraft Engine and Engine Parts Manufacturing
  • Aircraft Maintenance and Repair Services
  • Defense Logistics and Sustainment
  • Propulsion Systems Contracts
  • Air Force Aviation Readiness Programs

Risk Flags

  • Sole-source award
  • Lack of competitive bidding
  • Potential for cost overruns
  • Dependence on single supplier

Tags

defense, department-of-defense, department-of-the-air-force, aircraft-engine-and-engine-parts-manufacturing, sole-source, firm-fixed-price, delivery-order, indiana, large-contract, sustainment, propulsion-systems

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $79.2 million to ROLLS-ROYCE CORPORATION. T108 PROPULSION SUSTAINMENT SYSTEM (ENGINE NACELLE, AND PROPELLER) PRICE PER FLYING HOUR TASK ORDER.

Who is the contractor on this award?

The obligated recipient is ROLLS-ROYCE CORPORATION.

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 $79.2 million.

What is the period of performance?

Start: 2025-12-01. End: 2026-11-30.

What is the historical spending trend for Rolls-Royce Corporation's aircraft engine sustainment with the Air Force?

Analyzing historical spending data for Rolls-Royce Corporation's sustainment contracts with the Department of the Air Force is crucial for understanding long-term trends and identifying potential cost escalations. Without specific historical data for this exact contract line item (engine nacelle and propeller sustainment), a broader review of Rolls-Royce's contracts for similar engine types would be necessary. This would involve examining contract values, durations, and the services provided over the past 5-10 years. Trends might reveal if prices have steadily increased, if contract volumes have fluctuated based on fleet size or operational tempo, or if there have been significant shifts in the types of sustainment services procured. Understanding these patterns can help contextualize the current $79.2 million award and assess whether it aligns with historical investment levels or represents a deviation requiring further justification.

How does the price per flying hour for this contract compare to industry benchmarks for similar engine types?

Benchmarking the price per flying hour against industry standards is essential for evaluating the value proposition of this $79.2 million contract. This involves comparing the rate to publicly available data or internal Air Force analyses for sustainment of comparable Rolls-Royce engine models or engines from competitors like GE Aviation or Pratt & Whitney. Factors influencing this rate include the specific engine model, the scope of sustainment (e.g., scheduled maintenance, unscheduled repairs, parts replacement), and the operating environment. A higher-than-average price per flying hour, especially in a sole-source context, could indicate a lack of competitive pressure or unique sustainment challenges. Conversely, a rate in line with or below benchmarks might suggest efficient operations or favorable contract terms, despite the limited competition.

What are the specific risks associated with a sole-source award for critical aircraft engine components?

Sole-source awards for critical aircraft engine components like nacelles and propellers carry several inherent risks. Firstly, the absence of competition can lead to inflated pricing, as the contractor faces no pressure to offer the most cost-effective solution. This can result in taxpayers bearing higher costs than necessary. Secondly, it can reduce the incentive for the sole provider to innovate or improve service delivery, as there is no competitive threat. Thirdly, it creates a dependency on a single supplier, which can pose supply chain risks. If Rolls-Royce Corporation experiences production issues, labor disputes, or financial difficulties, the Air Force's ability to maintain its aircraft could be severely impacted. Finally, the lack of transparency in pricing negotiations makes it harder for the government to ensure it is receiving fair market value.

What is the expected impact of this contract on the Air Force's overall aircraft readiness and operational capability?

This contract is directly tied to maintaining the operational readiness and capability of the Air Force's aircraft fleet by ensuring the sustainment of critical engine components – nacelles and propellers. These parts are vital for engine performance, safety, and overall aircraft functionality. By securing sustainment services through this $79.2 million award, the Air Force aims to minimize downtime, prevent premature component failures, and ensure that its aircraft are available for missions. The contract's duration (through November 2026) suggests a commitment to sustained support, which is crucial for long-term fleet health. The effectiveness of this contract in bolstering readiness will depend on the contractor's performance, the quality of parts and services provided, and the alignment of sustainment activities with the operational demands placed on the aircraft.

Are there any performance metrics or key performance indicators (KPIs) defined within this contract to measure success?

The provided data does not specify the performance metrics or Key Performance Indicators (KPIs) established within this contract. However, for a contract focused on aircraft engine sustainment, typical KPIs would likely include metrics related to turnaround time for repairs, component reliability rates, on-time delivery of parts and services, and adherence to maintenance schedules. The Air Force would also likely track the number of unscheduled removals or failures of nacelle and propeller components. The effectiveness of the $79.2 million award hinges on the clear definition and rigorous monitoring of such KPIs to ensure that Rolls-Royce Corporation is meeting its obligations and that the contract is delivering the intended value in terms of aircraft availability and operational readiness. Without visibility into these metrics, a comprehensive assessment of performance is challenging.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingAircraft Engine and Engine Parts Manufacturing

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Rolls-Royce Holdings PLC

Address: 450 S MERIDIAN ST, INDIANAPOLIS, IN, 46225

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Manufacturer of Goods, Not Designated a Small Business, Special Designations

Financial Breakdown

Contract Ceiling: $79,209,519

Exercised Options: $79,209,519

Current Obligation: $79,209,519

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: FA812423D0002

IDV Type: IDC

Timeline

Start Date: 2025-12-01

Current End Date: 2026-11-30

Potential End Date: 2026-11-30 00:00:00

Last Modified: 2026-01-06

More Contracts from Rolls-Royce Corporation

View all Rolls-Royce Corporation federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending