DoD Awards $4.4M for F-16 Fighter Transparencies to TEXSTARS LLC
Contract Overview
Contract Amount: $4,413,500 ($4.4M)
Contractor: Texstars LLC
Awarding Agency: Department of Defense
Start Date: 2025-09-25
End Date: 2027-03-01
Contract Duration: 522 days
Daily Burn Rate: $8.5K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: TRANSPARENCIES FOR F-16 WAR FIGHER. USAF SURGE DELIVERY ORDER.
Place of Performance
Location: GRAND PRAIRIE, TARRANT County, TEXAS, 75050
State: Texas Government Spending
Plain-Language Summary
Department of Defense obligated $4.4 million to TEXSTARS LLC for work described as: TRANSPARENCIES FOR F-16 WAR FIGHER. USAF SURGE DELIVERY ORDER. Key points: 1. The contract is for surge delivery of transparencies for F-16 fighter jets. 2. TEXSTARS LLC, based in Texas, is the sole awardee. 3. The contract has a fixed price of $4,413,500. 4. This award falls under 'Other Aircraft Parts and Auxiliary Equipment Manufacturing'.
Value Assessment
Rating: fair
The award amount of $4.4 million for specialized aircraft parts appears reasonable given the niche nature of F-16 components. Without specific benchmarks for F-16 transparencies, direct comparison is difficult, but the firm fixed-price structure suggests cost control.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This limits price discovery and potentially reduces competitive pressure, which could lead to higher costs for taxpayers.
Taxpayer Impact: The lack of competition may result in a higher cost to taxpayers than if the contract had been awarded through a competitive process.
Public Impact
Ensures continued operational readiness for the F-16 fighter fleet. Supports a specific U.S.-based manufacturer, potentially preserving specialized skills. Highlights reliance on specific suppliers for critical defense components.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Potential for higher costs due to sole-source award
Positive Signals
- Supports critical defense platform
- Firm fixed-price contract
Sector Analysis
This award is within the Defense sector, specifically for aircraft parts manufacturing. Spending in this sub-sector is driven by military readiness requirements and the lifecycle of aging aircraft fleets.
Small Business Impact
The awardee, TEXSTARS LLC, is located in Texas. Further analysis would be needed to determine if they qualify as a small business, but the contract was not set aside for small businesses.
Oversight & Accountability
The contract is managed by the Defense Contract Management Agency, which is responsible for ensuring contract compliance and quality. The sole-source nature warrants close oversight to ensure fair pricing.
Related Government Programs
- Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Department of Defense Contracting
- Defense Contract Management Agency Programs
Risk Flags
- Sole-source award limits competition.
- Potential for inflated pricing due to lack of competition.
- Dependence on a single supplier for critical components.
- Urgency implied by 'surge delivery' may lead to premium pricing.
Tags
other-aircraft-parts-and-auxiliary-equip, department-of-defense, tx, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $4.4 million to TEXSTARS LLC. TRANSPARENCIES FOR F-16 WAR FIGHER. USAF SURGE DELIVERY ORDER.
Who is the contractor on this award?
The obligated recipient is TEXSTARS LLC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Defense Contract Management Agency).
What is the total obligated amount?
The obligated amount is $4.4 million.
What is the period of performance?
Start: 2025-09-25. End: 2027-03-01.
What is the historical pricing for similar F-16 transparency contracts to establish a benchmark?
Establishing a historical pricing benchmark for similar F-16 transparency contracts is crucial for assessing value. Without this data, it's challenging to definitively state if $4.4 million represents a fair price. Analyzing past awards for comparable components, considering inflation and material costs, would provide a more robust evaluation of the current contract's cost-effectiveness and identify potential overpricing.
What are the specific justifications for the sole-source award, and have alternatives been explored?
The justification for a sole-source award typically involves unique capabilities, urgent needs, or lack of viable alternatives. Understanding the specific reasons why this contract was not competed is essential for risk assessment. Agencies should document thorough market research to confirm no other capable sources exist, ensuring the government isn't foregoing competitive pricing opportunities unnecessarily.
How does the surge delivery requirement impact the overall cost and delivery timeline?
The 'surge delivery' aspect implies an accelerated or increased demand beyond normal operational tempo. This can significantly impact costs due to overtime, expedited material sourcing, and potential production bottlenecks. Analyzing the cost breakdown related to this surge is important to determine if the premium paid is justified by the operational necessity and if the delivery timeline is realistic.
Industry Classification
NAICS: Manufacturing › Aerospace Product and Parts Manufacturing › Other Aircraft Parts and Auxiliary Equipment Manufacturing
Product/Service Code: AEROSPACE CRAFT AND STRUCTURAL COMPONENTS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: PPG Industries, Inc
Address: 802 AVE J E, GRAND PRAIRIE, TX, 75050
Business Categories: Category Business, Limited Liability Corporation, Manufacturer of Goods, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $4,413,500
Exercised Options: $4,413,500
Current Obligation: $4,413,500
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: FA821222D0001
IDV Type: IDC
Timeline
Start Date: 2025-09-25
Current End Date: 2027-03-01
Potential End Date: 2027-03-01 00:00:00
Last Modified: 2026-02-05
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)