DoD Awards $32.3M F-15 ADCP II LRIP 1 to Boeing, Raising Oversight Concerns

Contract Overview

Contract Amount: $32,281,414 ($32.3M)

Contractor: THE Boeing Company

Awarding Agency: Department of Defense

Start Date: 2017-09-28

End Date: 2024-09-30

Contract Duration: 2,559 days

Daily Burn Rate: $12.6K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: ACAT I F15 ADCP II LRIP 1 (VAL VER)

Place of Performance

Location: SAINT LOUIS, SAINT LOUIS County, MISSOURI, 63134

State: Missouri Government Spending

Plain-Language Summary

Department of Defense obligated $32.3 million to THE BOEING COMPANY for work described as: ACAT I F15 ADCP II LRIP 1 (VAL VER) Key points: 1. Significant contract value awarded to a single, established prime contractor. 2. Lack of competition raises questions about price discovery and potential overspending. 3. Long contract duration (2559 days) may indicate complex development or sustainment needs. 4. Focus on aircraft manufacturing within the defense sector.

Value Assessment

Rating: questionable

The contract value of $32.3M for LRIP 1 is difficult to assess without specific unit cost data. Given the 'NOT COMPETED' status and sole-source award to Boeing, there's a risk that the pricing may not reflect competitive market rates.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed, indicating a sole-source award to The Boeing Company. This limits price discovery mechanisms and potentially leads to higher costs for the government compared to a competitive environment.

Taxpayer Impact: The lack of competition in this sole-source award could result in taxpayers paying a premium for the F-15 ADCP II system.

Public Impact

Taxpayers may be overpaying due to the absence of competitive bidding. The F-15 program's long-term sustainment costs could be impacted by this award. Potential for reduced innovation if alternative solutions are not explored.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award
  • Lack of competition
  • Long contract duration

Positive Signals

  • Award to established prime contractor
  • Supports critical defense platform

Sector Analysis

This contract falls within the Defense sector, specifically Aircraft Manufacturing. Spending benchmarks for similar sole-source development or low-rate initial production contracts for major weapon systems are typically high, but the absence of competition makes direct comparison challenging.

Small Business Impact

The contract was awarded to The Boeing Company, a large prime contractor. There is no indication that small businesses were involved in this specific award, nor is there information on subcontracting opportunities.

Oversight & Accountability

The sole-source nature of this award warrants close oversight to ensure fair pricing and effective program execution. Transparency regarding the justification for not competing the contract is crucial for accountability.

Related Government Programs

  • Aircraft Manufacturing
  • Department of Defense Contracting
  • Department of the Air Force Programs

Risk Flags

  • Sole-source award lacks competitive pricing.
  • Potential for cost overruns due to limited oversight.
  • Long contract duration may mask inefficiencies.
  • Limited transparency on pricing justification.
  • No clear small business participation noted.

Tags

aircraft-manufacturing, department-of-defense, mo, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $32.3 million to THE BOEING COMPANY. ACAT I F15 ADCP II LRIP 1 (VAL VER)

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 $32.3 million.

What is the period of performance?

Start: 2017-09-28. End: 2024-09-30.

What is the justification for awarding this contract on a sole-source basis, 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 source can fulfill the requirement. To ensure fair pricing, the government should conduct rigorous cost and price analyses, potentially using historical data, should-cost modeling, or independent government cost estimates. Regular reviews and audits are also essential to monitor performance and costs throughout the contract's lifecycle.

What are the specific risks associated with a sole-source contract for a major defense acquisition program like the F-15 ADCP II?

Sole-source contracts for major defense programs carry inherent risks, including the potential for inflated costs due to lack of competition, reduced incentive for contractor efficiency, and limited opportunities for technological innovation from alternative providers. There's also a risk of vendor lock-in, making future program adjustments or transitions more difficult and expensive. Furthermore, without competitive pressure, the contractor may have less incentive to proactively address performance issues or explore cost-saving measures.

How does this contract contribute to the overall effectiveness and modernization of the F-15 fleet?

This contract, identified as LRIP 1 (Low-Rate Initial Production 1) for the F-15 ADCP II (Advanced Display Core Processor II), is crucial for integrating advanced avionics and processing capabilities into the F-15 fleet. Successful execution is expected to enhance the aircraft's situational awareness, targeting capabilities, and overall combat effectiveness, ensuring the F-15 remains a relevant and potent platform in the evolving threat landscape.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingAircraft Manufacturing

Product/Service Code: AEROSPACE CRAFT AND STRUCTURAL COMPONENTS

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Offers Received: 1

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 6200 JS MCDONNELL BLVD, SAINT LOUIS, MO, 63134

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: $32,281,414

Exercised Options: $32,281,414

Current Obligation: $32,281,414

Subaward Activity

Number of Subawards: 15

Total Subaward Amount: $11,411,411

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: FA863417D2696

IDV Type: IDC

Timeline

Start Date: 2017-09-28

Current End Date: 2024-09-30

Potential End Date: 2024-09-30 00:00:00

Last Modified: 2025-11-07

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