Air Force awards $87.6M to Boeing for F-15SA upgrades, citing sole-source justification

Contract Overview

Contract Amount: $87,566,560 ($87.6M)

Contractor: THE Boeing Company

Awarding Agency: Department of Defense

Start Date: 2023-07-26

End Date: 2027-09-30

Contract Duration: 1,527 days

Daily Burn Rate: $57.3K/day

Competition Type: NOT COMPETED

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: F-15SA BLOCK CYCLE UPGRADES 3 POST PDR- NON ACAT

Place of Performance

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

State: Missouri Government Spending

Plain-Language Summary

Department of Defense obligated $87.6 million to THE BOEING COMPANY for work described as: F-15SA BLOCK CYCLE UPGRADES 3 POST PDR- NON ACAT Key points: 1. Contract awarded to a single, established provider, potentially limiting price negotiation. 2. Focus on sustainment and upgrades suggests a long-term commitment to the F-15 platform. 3. Cost-plus-fixed-fee structure may incentivize cost increases, requiring close oversight. 4. The contract duration extends over four years, indicating significant program scope. 5. Lack of competition raises questions about achieving optimal value for taxpayer funds. 6. Performance is tied to aircraft manufacturing, a specialized and critical defense sector.

Value Assessment

Rating: fair

Benchmarking the value of this sole-source contract is challenging without competitive bids. The cost-plus-fixed-fee (CPFF) pricing structure means the final cost is not fixed upfront and can fluctuate based on actual costs incurred by the contractor, plus a predetermined fee. While CPFF can be appropriate for research and development or when costs are uncertain, it carries a higher risk of cost overruns compared to fixed-price contracts. The awarded amount of $87.6 million for upgrades over approximately four years needs to be assessed against the scope of work and the specific technological advancements required for the F-15SA Block 2 upgrades.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning only one contractor, The Boeing Company, was solicited. The justification for sole-source procurement typically involves unique capabilities, urgent needs, or a lack of viable alternatives. Without a competitive bidding process, it is difficult to ascertain the full range of potential suppliers or the most cost-effective solutions available in the market. This approach bypasses the price discovery mechanisms inherent in open competition.

Taxpayer Impact: Sole-source awards can lead to higher prices for taxpayers as the government does not benefit from the competitive pressure that drives down costs. It also limits opportunities for other companies to compete for and win federal contracts.

Public Impact

The U.S. Air Force benefits from continued sustainment and modernization of its F-15SA aircraft fleet. This contract ensures the operational readiness and technological relevance of a key fighter aircraft. The primary services delivered involve aircraft manufacturing and upgrade services. The geographic impact is primarily centered around the contractor's facilities in Missouri, where the work will be performed. The contract supports specialized jobs within the aerospace and defense manufacturing sector.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Cost-plus-fixed-fee contract type increases risk of cost overruns.
  • Sole-source award limits competitive pressure and potential for better pricing.
  • Long contract duration (over 4 years) requires sustained oversight to manage costs and performance.
  • Lack of transparency in pricing due to sole-source nature.

Positive Signals

  • Awarded to a known, experienced contractor (Boeing) with a track record in aircraft manufacturing.
  • Focus on upgrades ensures continued modernization of critical defense assets.
  • Contract duration aligns with long-term strategic planning for the F-15 fleet.
  • Specific focus on F-15SA Block 2 upgrades suggests tailored solutions.

Sector Analysis

The aerospace and defense manufacturing sector is characterized by high barriers to entry, significant R&D investment, and long product development cycles. Contracts within this sector often involve complex systems integration and specialized manufacturing processes. The F-15SA is a variant of a well-established fighter jet, and upgrades are crucial for maintaining its combat effectiveness against evolving threats. Spending in this area is substantial, driven by national security requirements and technological advancements. Comparable spending benchmarks would typically involve other major aircraft sustainment and upgrade programs, often awarded to large, established defense contractors.

Small Business Impact

This contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses in the provided data. The primary contractor, The Boeing Company, is a large aerospace manufacturer. This sole-source award to a major prime contractor limits opportunities for small businesses to participate directly in this specific contract, although they may be involved in Boeing's broader supply chain.

Oversight & Accountability

Oversight for this contract will likely be managed by the Department of the Air Force contracting and program management offices. Given the cost-plus-fixed-fee structure, rigorous financial oversight and performance monitoring will be critical to ensure costs are reasonable and allocable, and that the fixed fee is earned. Transparency may be limited due to the sole-source nature, but contract performance reviews and audits by the Defense Contract Audit Agency (DCAA) and potentially the Government Accountability Office (GAO) would be standard oversight mechanisms.

Related Government Programs

  • F-15 Aircraft Sustainment
  • Fighter Aircraft Modernization Programs
  • Aerospace Manufacturing Contracts
  • Department of Defense Aircraft Upgrades
  • Air Force Aviation Readiness

Risk Flags

  • Sole-source award
  • Cost-plus-fixed-fee contract type
  • Potential for cost overruns
  • Limited price competition

Tags

defense, department-of-defense, us-air-force, aircraft-manufacturing, sole-source, cost-plus-fixed-fee, f-15, missouri, upgrade, sustainment, major-contractor

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $87.6 million to THE BOEING COMPANY. F-15SA BLOCK CYCLE UPGRADES 3 POST PDR- NON ACAT

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 $87.6 million.

What is the period of performance?

Start: 2023-07-26. End: 2027-09-30.

What is The Boeing Company's track record with F-15 sustainment and upgrade contracts?

The Boeing Company has a long and extensive history with the F-15 program, having been the prime contractor for its development, production, and sustainment since its inception. They have consistently managed various upgrade and modernization programs for different F-15 variants across multiple air forces, including the U.S. Air Force and international partners. Their track record includes delivering complex avionics, structural, and weapons system enhancements. For instance, Boeing has been involved in previous F-15 upgrade initiatives such as the F-15 Eagle Passive (AESA) radar program and various structural life extension programs. This deep institutional knowledge and established relationship with the F-15 platform position them as a uniquely qualified provider for ongoing sustainment and upgrade efforts like the F-15SA Block 2 upgrades.

How does the $87.6 million value compare to similar F-15 upgrade contracts?

Direct comparison of the $87.6 million value for the F-15SA Block 2 upgrades is challenging due to the sole-source nature of this award and the specific scope of work. However, historical F-15 upgrade programs have varied significantly in cost depending on the technological advancements and the number of aircraft involved. For example, major avionics suite upgrades or radar modernizations for fleets can range from tens to hundreds of millions of dollars. The duration of this contract (over four years) and its focus on specific 'Block 2' upgrades suggest a targeted modernization effort rather than a full fleet overhaul. Without competitive bids, it's difficult to benchmark if this represents optimal value, but it falls within the expected range for significant, multi-year aircraft modernization efforts for a major fighter platform.

What are the primary risks associated with this sole-source, cost-plus-fixed-fee contract?

The primary risks associated with this sole-source, cost-plus-fixed-fee (CPFF) contract are twofold. Firstly, the sole-source award eliminates competitive pressure, which typically drives down costs and encourages innovation. This means taxpayers may not be getting the best possible price. Secondly, the CPFF structure, while suitable for uncertain R&D or upgrade efforts, inherently shifts cost risk to the government. The contractor is reimbursed for allowable costs plus a fixed fee, which can incentivize cost overruns if not managed diligently. The government must implement robust oversight to scrutinize costs, ensure efficiency, and prevent scope creep to mitigate these risks effectively. Performance monitoring is also crucial to ensure the upgrades meet technical specifications and operational requirements.

How effective is the F-15SA Block 2 upgrade program likely to be in enhancing the aircraft's capabilities?

The F-15SA Block 2 upgrade program is expected to be effective in enhancing the aircraft's capabilities by incorporating specific technological advancements relevant to the F-15SA variant. While the exact details of 'Block 2' upgrades are not publicly specified, such programs typically aim to improve sensor capabilities (e.g., radar, electronic warfare systems), communication systems, data processing, and potentially weapons integration. The F-15SA is already a modern variant, and these upgrades are likely designed to maintain its relevance against evolving threats and ensure interoperability with newer systems. The effectiveness will hinge on the successful implementation of the specified upgrades by Boeing and the Air Force's ability to integrate these enhancements into operational doctrine and training.

What are the historical spending patterns for F-15 sustainment and upgrades by the Department of Defense?

Historical spending patterns for F-15 sustainment and upgrades by the Department of Defense have been substantial and ongoing, reflecting the platform's long service life and strategic importance. The DoD consistently allocates significant funds to maintain and modernize its F-15 fleet, which includes various variants like the F-15C/D, F-15E, and international variants like the F-15SA. Spending typically covers depot maintenance, component repairs, structural life extension programs, avionics modernization, and radar upgrades. Over the past decade, annual spending on F-15 sustainment and upgrades has often been in the hundreds of millions of dollars, sometimes exceeding a billion dollars in years with major modernization initiatives. This contract represents a portion of that ongoing investment in the F-15 platform's lifecycle.

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

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 6200 JAMES S 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: $149,960,000

Exercised Options: $149,960,000

Current Obligation: $87,566,560

Subaward Activity

Number of Subawards: 19

Total Subaward Amount: $41,251,650

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: FA863421D2703

IDV Type: IDC

Timeline

Start Date: 2023-07-26

Current End Date: 2027-09-30

Potential End Date: 2027-09-30 00:00:00

Last Modified: 2025-03-25

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