DoD's $4.57M purchase of thruster inert parts lacked competition, raising value concerns
Contract Overview
Contract Amount: $4,570,704 ($4.6M)
Contractor: Pacific Scientific Energetic Materials Company (california LLC)
Awarding Agency: Department of Defense
Start Date: 2022-09-30
End Date: 2026-12-31
Contract Duration: 1,553 days
Daily Burn Rate: $2.9K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: NEW PURCHASE OF NSN: 1377-01-285-3109 ES SEAT RETRACTION THRUSTER INERT PARTS BASE QUANTITY 72 EACH OPTION QUANTITY 72 EACH
Place of Performance
Location: HOLLISTER, SAN BENITO County, CALIFORNIA, 95023
Plain-Language Summary
Department of Defense obligated $4.6 million to PACIFIC SCIENTIFIC ENERGETIC MATERIALS COMPANY (CALIFORNIA LLC) for work described as: NEW PURCHASE OF NSN: 1377-01-285-3109 ES SEAT RETRACTION THRUSTER INERT PARTS BASE QUANTITY 72 EACH OPTION QUANTITY 72 EACH Key points: 1. The contract was awarded on a sole-source basis, limiting price discovery and potentially increasing costs. 2. The fixed-price contract type shifts performance risk to the contractor, but the lack of competition hinders benchmarking. 3. The purchase of specialized aerospace components suggests a critical need within a niche defense sector. 4. The contract duration extends over four years, indicating a long-term requirement for these parts. 5. The absence of small business participation raises questions about broader economic impact. 6. The geographic location of the contractor in California may influence logistics and regional economic benefits.
Value Assessment
Rating: questionable
The contract's value is difficult to assess due to the sole-source award. Without competitive bids, it's challenging to determine if the $4.57 million price represents a fair market value for 144 units of specialized thruster parts. Benchmarking against similar sole-source procurements for aerospace components is necessary, but such data is often proprietary or not publicly available. The firm fixed-price structure provides cost certainty but does not inherently guarantee value for money in a non-competitive environment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded using a sole-source justification, meaning only one vendor was solicited. This approach is typically employed when a unique capability or proprietary technology is required, or in cases of urgent and compelling need where competition is not feasible. The lack of competition means there were no other bidders to compare against, limiting the government's ability to negotiate the best possible price and terms.
Taxpayer Impact: Taxpayers may have paid a premium for these parts due to the absence of competitive pressure. The government missed an opportunity to leverage market forces to drive down costs.
Public Impact
The Department of the Air Force benefits from the acquisition of critical components for its aerospace systems. The services delivered involve the supply of specialized inert parts for thruster systems, essential for aircraft or missile operations. The geographic impact is primarily concentrated in California, where the contractor is located, potentially creating local economic benefits. Workforce implications are likely within the specialized manufacturing sector, requiring skilled labor for the production of energetic materials and aerospace components.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to inflated pricing.
- Sole-source awards can limit innovation by not engaging a broader market.
- Dependence on a single supplier creates supply chain risk.
- No small business set-aside indicates limited opportunities for smaller enterprises in this procurement.
Positive Signals
- Firm fixed-price contract provides cost certainty for the government.
- Contractor is located in the US, supporting domestic manufacturing.
- The purchase addresses a specific, likely critical, component need for the Air Force.
Sector Analysis
This contract falls within the Explosives Manufacturing sector (NAICS 325920), a specialized area of the broader aerospace and defense industry. The market for such components is typically characterized by high barriers to entry due to stringent quality control, safety regulations, and specialized technical expertise. Spending in this sector is often driven by defense procurement needs for propulsion systems, ordnance, and other energetic materials. Comparable spending benchmarks are difficult to establish due to the niche nature and proprietary aspects of these components.
Small Business Impact
This contract was not set aside for small businesses, and the contractor is not identified as a small business. The sole-source nature of the award further limits opportunities for small businesses to participate, either as prime contractors or potentially as subcontractors, unless specifically included by the prime. This suggests a missed opportunity to foster small business growth within the defense supply chain for this particular procurement.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of the Air Force's contracting and program management offices. Accountability measures are inherent in the firm fixed-price contract type, which obligates the contractor to deliver specified goods at an agreed-upon price. Transparency is limited due to the sole-source nature and the proprietary aspects of the components. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Aerospace Component Procurement
- Defense Propulsion Systems
- Energetic Materials Manufacturing
- Air Force Supply Chain Management
- Sole-Source Defense Contracts
Risk Flags
- Sole-source award lacks competitive pricing.
- Potential for higher costs due to lack of competition.
- Limited transparency in contract value assessment.
- No small business participation noted.
- Long contract duration increases long-term dependency risk.
Tags
defense, department-of-defense, department-of-the-air-force, definitive-contract, firm-fixed-price, sole-source, aerospace-components, explosives-manufacturing, california, large-contract, energetic-materials
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $4.6 million to PACIFIC SCIENTIFIC ENERGETIC MATERIALS COMPANY (CALIFORNIA LLC). NEW PURCHASE OF NSN: 1377-01-285-3109 ES SEAT RETRACTION THRUSTER INERT PARTS BASE QUANTITY 72 EACH OPTION QUANTITY 72 EACH
Who is the contractor on this award?
The obligated recipient is PACIFIC SCIENTIFIC ENERGETIC MATERIALS COMPANY (CALIFORNIA LLC).
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 $4.6 million.
What is the period of performance?
Start: 2022-09-30. End: 2026-12-31.
What is the track record of Pacific Scientific Energetic Materials Company with the Department of Defense?
Pacific Scientific Energetic Materials Company (PSEMC) has a history of contracting with the Department of Defense, particularly for specialized energetic materials and components. While specific contract details and performance reviews are often not publicly disclosed in full, their presence in this niche market suggests they possess the required certifications and expertise. Analyzing past performance on similar sole-source or competitively awarded contracts, if available through government databases like SAM.gov or FPDS, would provide further insight into their reliability, quality, and pricing consistency. However, the limited public data necessitates a cautious approach when assessing their overall track record solely based on this single award.
How does the price of these thruster parts compare to similar market offerings, given the sole-source nature?
Directly comparing the price of these thruster parts is challenging due to the sole-source award and the specialized nature of the components. Without competitive bids, the $4.57 million for 144 units (approximately $31,741 per unit) cannot be definitively benchmarked against market rates. Typically, sole-source procurements may result in higher prices than competitive ones. To assess value, one would need to compare this unit price against historical sole-source contracts for similar aerospace components, analyze the contractor's cost breakdown if available, or consult industry experts familiar with the pricing of such specialized parts. The lack of transparency in sole-source deals makes objective value-for-money assessments difficult.
What are the primary risks associated with this sole-source contract for the government?
The primary risks associated with this sole-source contract for the government include potential overpayment due to the lack of price competition, limited leverage in negotiating terms and conditions, and increased supply chain vulnerability. Without alternative suppliers, the government is dependent on Pacific Scientific Energetic Materials Company for delivery, quality, and future availability. This dependence could be exacerbated if the contractor faces production issues, financial instability, or decides to discontinue the product line. Furthermore, the absence of competition may disincentivize the contractor from investing in process improvements or cost reductions, potentially leading to higher long-term costs for the taxpayer.
How effective is the firm fixed-price contract type in ensuring performance for these specialized parts?
The firm fixed-price (FFP) contract type is generally effective in ensuring performance for specialized parts by placing the responsibility for cost overruns on the contractor, thereby incentivizing efficient performance and quality control. For this specific contract, the FFP structure means Pacific Scientific Energetic Materials Company is obligated to deliver the 144 thruster inert parts at the agreed-upon $4.57 million price, regardless of their actual costs. This provides the government with cost certainty. However, the effectiveness in ensuring *optimal* performance or the *best possible value* is somewhat diminished by the sole-source nature, as the contractor may face less pressure to innovate or exceed basic requirements compared to a competitive scenario.
What is the historical spending pattern for NSN 1377-01-285-3109 or similar thruster components by the Department of Defense?
Historical spending data for the specific National Stock Number (NSN) 1377-01-285-3109, 'ES SEAT RETRACTION THRUSTER INERT PARTS,' is not readily available in public databases to establish a clear spending pattern. This suggests it might be a relatively niche or infrequently procured item, or that previous procurements were handled under different NSNs or contract vehicles. To understand historical spending, one would need access to more comprehensive government procurement databases (like FPDS or agency-specific systems) that allow for detailed searches by NSN, contractor, and time period. Without such data, it's difficult to determine if the current $4.57 million award represents an increase, decrease, or is consistent with past investments in similar components.
Industry Classification
NAICS: Manufacturing › Other Chemical Product and Preparation Manufacturing › Explosives Manufacturing
Product/Service Code: AMMUNITION AND EXPLOSIVES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: FA821322R3006
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Danaher Corporation
Address: 3601 UNION RD, HOLLISTER, CA, 95023
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $4,570,704
Exercised Options: $4,570,704
Current Obligation: $4,570,704
Subaward Activity
Number of Subawards: 5
Total Subaward Amount: $468,039
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Timeline
Start Date: 2022-09-30
Current End Date: 2026-12-31
Potential End Date: 2026-12-31 00:00:00
Last Modified: 2026-01-07
More Contracts from Pacific Scientific Energetic Materials Company (california LLC)
- Multiple Nsn's for C-17 and T-6 Aircraft Egress Systems — $36.9M (Department of Defense)
- F-35 Transparency Removal System (TRS) Parts: Flexible Linear Shape Charge Assembly, Rapid Deflagrating Cord Transfer Line, Donor, Internal Arm-Fire (AFI) Handle Jau-92/A, Acceptor, HOT GAS Initiator (HGI) — $21.8M (Department of Defense)
- F35 Aircraft Parts, FY 24 1377-01-659-3166 Flexible Liear Shape Charge Assembly 1377-01-660-2677 Transfer Line Assembly 1377-01-660-4905 Donor Assembly 1377-01-660-7535 Initiator ARM Fire 1377-01-661-0138 Acceptor 1377-01-661-0143 Initiator — $13.1M (Department of Defense)
- Dodic JL53 — $9.5M (Department of Defense)
View all Pacific Scientific Energetic Materials Company (california LLC) federal contracts →
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)