DoD Awards Raytheon $27.8M for CY25 CCSS Depot Support, Sole-Sourced

Contract Overview

Contract Amount: $27,817,220 ($27.8M)

Contractor: Raytheon Company

Awarding Agency: Department of Defense

Start Date: 2025-01-01

End Date: 2025-12-31

Contract Duration: 364 days

Daily Burn Rate: $76.4K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: DELIVERY ORDER TO PROVIDE FOR CCSS DEPOT LEVEL SUPPORT FOR CY25 UNDER THE BASIC COMMAND AND CONTROL SWITCH SYSTEM CONTRACT.

Place of Performance

Location: SEMINOLE, PINELLAS County, FLORIDA, 33777

State: Florida Government Spending

Plain-Language Summary

Department of Defense obligated $27.8 million to RAYTHEON COMPANY for work described as: DELIVERY ORDER TO PROVIDE FOR CCSS DEPOT LEVEL SUPPORT FOR CY25 UNDER THE BASIC COMMAND AND CONTROL SWITCH SYSTEM CONTRACT. Key points: 1. Significant contract value for specialized communication system support. 2. Sole-source award raises questions about competition and potential cost savings. 3. Focus on depot-level maintenance for critical Air Force systems. 4. Potential for long-term reliance on Raytheon for CCSS lifecycle support.

Value Assessment

Rating: fair

The $27.8 million award for a single year of support appears high without competitive benchmarking. Further analysis is needed to compare this to similar depot-level maintenance contracts for complex communication systems.

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 may result in higher costs for taxpayers compared to a competitive process.

Taxpayer Impact: The lack of competition for this substantial contract could lead to inefficient use of taxpayer funds.

Public Impact

Ensures continued operational readiness of critical Air Force communication systems. Supports specialized technical expertise required for depot-level maintenance. Potential impact on future modernization efforts if sole-source trend continues.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition
  • Potential for cost overruns due to sole-source nature
  • Reliance on a single vendor for critical system support

Positive Signals

  • Ensures continuity of essential support for Air Force operations
  • Leverages existing contractor expertise on the CCSS system

Sector Analysis

This contract falls within the Defense sector, specifically focusing on communication equipment repair and maintenance. Spending benchmarks for similar depot-level support contracts are difficult to ascertain without competitive data, but large sole-source awards warrant scrutiny.

Small Business Impact

This contract does not appear to involve small business participation, as it is a sole-source award to a large prime contractor. There is no indication of subcontracting opportunities for small businesses within the provided data.

Oversight & Accountability

The sole-source nature of this award necessitates robust oversight to ensure fair pricing and effective service delivery. The Department of the Air Force should document the justification for not competing this requirement.

Related Government Programs

  • Communication Equipment Repair and Maintenance
  • Department of Defense Contracting
  • Department of the Air Force Programs

Risk Flags

  • Sole-source award limits competition
  • Potential for inflated pricing
  • Lack of transparency in price discovery
  • Dependency on a single contractor for critical support

Tags

communication-equipment-repair-and-maint, department-of-defense, fl, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $27.8 million to RAYTHEON COMPANY. DELIVERY ORDER TO PROVIDE FOR CCSS DEPOT LEVEL SUPPORT FOR CY25 UNDER THE BASIC COMMAND AND CONTROL SWITCH SYSTEM CONTRACT.

Who is the contractor on this award?

The obligated recipient is RAYTHEON 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 $27.8 million.

What is the period of performance?

Start: 2025-01-01. End: 2025-12-31.

What is the justification for awarding this contract sole-source, and what steps are being taken to ensure fair and reasonable pricing?

The justification for a sole-source award typically stems from unique capabilities, proprietary technology, or urgent needs where only one vendor can fulfill the requirement. To ensure fair pricing, the government should conduct a thorough price analysis, potentially using historical data, cost breakdowns, or independent government cost estimates. Robust oversight and negotiation are critical in sole-source situations to mitigate the risks associated with a lack of competition.

What is the long-term strategy for CCSS system support, and will future requirements be competed?

The long-term strategy for CCSS system support is crucial for ensuring sustained operational capability and managing costs effectively. Agencies should outline plans for future sustainment, including potential technology refreshes or system replacements. To promote competition and achieve better value, requirements should be structured to allow for broader participation, unless a compelling justification for sole-source exists.

How does the cost of this sole-source contract compare to potential costs if it were competed?

Without a competitive bidding process, it is challenging to definitively state the cost difference. However, sole-source contracts often carry a premium due to the absence of market pressure to offer the lowest price. A competitive environment typically drives down costs through vendor innovation and price reductions. The government should perform rigorous cost analysis to validate the reasonableness of the current price.

Industry Classification

NAICS: Other Services (except Public Administration)Electronic and Precision Equipment Repair and MaintenanceCommunication Equipment Repair and Maintenance

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - END USER

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Rockwell Collins Australia PTY Limited

Address: 7887 BRYAN DAIRY RD, LARGO, FL, 33777

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: $27,817,220

Exercised Options: $27,817,220

Current Obligation: $27,817,220

Subaward Activity

Number of Subawards: 6

Total Subaward Amount: $2,140,539

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: FA821820D0001

IDV Type: IDC

Timeline

Start Date: 2025-01-01

Current End Date: 2025-12-31

Potential End Date: 2025-12-31 00:00:00

Last Modified: 2026-01-08

More Contracts from Raytheon Company

View all Raytheon Company federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending