Boeing awarded $47M for F-15 flight test support, raising questions on competition and value

Contract Overview

Contract Amount: $47,078,128 ($47.1M)

Contractor: THE Boeing Company

Awarding Agency: Department of Defense

Start Date: 2023-12-01

End Date: 2026-06-30

Contract Duration: 942 days

Daily Burn Rate: $50.0K/day

Competition Type: NOT COMPETED

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: F-15 SCAT IV, FLIGHT TEST SUPPORT 2023-2028

Place of Performance

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

State: Missouri Government Spending

Plain-Language Summary

Department of Defense obligated $47.1 million to THE BOEING COMPANY for work described as: F-15 SCAT IV, FLIGHT TEST SUPPORT 2023-2028 Key points: 1. Contract awarded on a sole-source basis, limiting price discovery and potentially increasing costs. 2. Significant duration of 942 days suggests a long-term need for specialized support. 3. The contract type (Cost Plus Fixed Fee) can incentivize cost overruns. 4. Boeing's established role in F-15 manufacturing suggests a potential barrier to entry for competitors. 5. Lack of competition raises concerns about achieving best value for taxpayer dollars. 6. The contract is a delivery order under a larger indefinite-delivery/indefinite-quantity (IDIQ) contract, details of which are not provided.

Value Assessment

Rating: questionable

Benchmarking the value of this contract is challenging due to the sole-source nature and lack of publicly available comparable data. The contract's value of $47 million over approximately 2.5 years suggests a substantial investment in specialized support. Without competitive bids, it's difficult to ascertain if this price represents fair market value or if alternative solutions could have been procured at a lower cost. The Cost Plus Fixed Fee (CPFF) contract type, while allowing for flexibility, can sometimes lead to higher overall costs compared to fixed-price contracts if not managed diligently.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning the Department of the Air Force did not solicit bids from multiple offerors. This approach is typically used when only one source is capable of meeting the requirement, often due to proprietary technology, unique expertise, or existing infrastructure. The lack of competition means that price discovery through market forces was bypassed, potentially leading to a higher price than if multiple companies had competed.

Taxpayer Impact: Taxpayers may be paying a premium for this support due to the absence of competitive pressure to drive down costs. The government did not benefit from the potential cost savings that often arise from a competitive bidding process.

Public Impact

The primary beneficiaries are the U.S. Air Force's F-15 program, ensuring continued operational readiness and development. Services delivered include critical flight test support, essential for maintaining and enhancing the F-15 aircraft's capabilities. The geographic impact is primarily centered around the F-15's operational bases and testing facilities, likely within the United States. Workforce implications include the continued employment of specialized engineers, technicians, and support staff at Boeing.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pricing, potentially leading to higher costs for taxpayers.
  • Cost Plus Fixed Fee contract type can incentivize increased spending if not closely monitored.
  • Lack of transparency in the justification for sole-source award.
  • Limited insight into alternative solutions or potential cost savings from competition.
  • The duration of the contract (over 2.5 years) suggests a significant, ongoing financial commitment.

Positive Signals

  • Ensures continued support for a critical military aircraft platform (F-15).
  • Leverages Boeing's established expertise and historical knowledge of the F-15.
  • Provides necessary resources for flight testing, crucial for aircraft safety and upgrades.
  • Supports the sustainment of high-skilled jobs within the aerospace sector.

Sector Analysis

This contract falls within the aerospace and defense manufacturing sector, specifically focusing on aircraft support and sustainment. The market for specialized flight test support for major military platforms like the F-15 is often concentrated among a few key players with the requisite technical expertise and security clearances. While the overall defense spending is substantial, contracts for highly specialized support services can command significant value due to the unique capabilities required. Comparable spending benchmarks are difficult to establish without more detailed information on the specific services provided and the competitive landscape.

Small Business Impact

This contract does not appear to include a small business set-aside. Given the sole-source nature and the prime contractor being The Boeing Company, it is unlikely that significant subcontracting opportunities for small businesses will be mandated or easily accessible through this specific award. The focus is on a large, established prime contractor, potentially limiting the direct flow-down of work to the small business ecosystem for this particular contract.

Oversight & Accountability

Oversight for this contract will be managed by the Department of the Air Force, likely through program management offices and contracting officers. Accountability measures would typically involve performance reviews, milestone tracking, and financial audits, especially given the CPFF structure. Transparency may be limited due to the sole-source justification and the nature of defense contracts. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

  • F-15 Program Support Contracts
  • Air Force Flight Test Services
  • Aircraft Manufacturing and Sustainment
  • Defense Logistics Agency (DLA) Support
  • Aerospace Engineering Services

Risk Flags

  • Sole-source award
  • Cost Plus Fixed Fee contract type
  • Lack of competitive bidding
  • Potential for cost overruns
  • Limited transparency on justification

Tags

defense, air-force, aircraft-manufacturing, flight-test-support, sole-source, cost-plus-fixed-fee, boeing, f-15, missouri, delivery-order, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $47.1 million to THE BOEING COMPANY. F-15 SCAT IV, FLIGHT TEST SUPPORT 2023-2028

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 $47.1 million.

What is the period of performance?

Start: 2023-12-01. End: 2026-06-30.

What is Boeing's track record with F-15 support contracts?

The Boeing Company has a long-standing and extensive history with the F-15 program, having been the original manufacturer. Their track record includes numerous contracts for aircraft production, upgrades, sustainment, and support services. Historically, Boeing has been the primary provider for many F-15 related needs. While this deep involvement ensures familiarity and expertise, it also underscores the potential for limited competition on subsequent support contracts. Evaluating specific past performance metrics, such as on-time delivery, cost control, and technical execution on similar F-15 support contracts, would provide a more granular understanding of their reliability and efficiency in fulfilling such requirements.

How does the $47 million value compare to similar F-15 flight test support contracts?

Direct comparison of the $47 million value for this specific F-15 flight test support contract is challenging without access to detailed historical data on similar sole-source awards or competitive bids for comparable services. However, considering the duration of approximately 2.5 years (942 days) and the specialized nature of flight testing for a major military aircraft, the annual value of roughly $18.8 million appears substantial. This figure suggests a significant investment in personnel, equipment, and operational costs. Without competitive benchmarks, it's difficult to definitively state whether this represents a fair market price or if alternative approaches could yield greater value for the Air Force.

What are the primary risks associated with a sole-source award for flight test support?

The primary risk associated with a sole-source award for flight test support is the lack of competitive pressure, which can lead to inflated pricing and reduced incentive for the contractor to innovate or optimize costs. Without competing bids, the government foregoes the opportunity to explore potentially more cost-effective solutions or leverage different technological approaches. There's also a risk that the sole-source provider may not be as responsive to evolving needs or may lack the urgency that competition can foster. Furthermore, it can create a dependency on a single supplier, potentially limiting future flexibility and bargaining power for the government.

How effective is Cost Plus Fixed Fee (CPFF) for flight test support?

Cost Plus Fixed Fee (CPFF) contracts are often used when the scope of work is not precisely defined or when there is significant uncertainty, which can be the case in flight testing where unforeseen issues may arise. The 'cost-plus' element allows for flexibility in accommodating changing requirements or unexpected technical challenges by reimbursing the contractor for allowable costs. The 'fixed fee' provides the contractor with a predetermined profit margin. While CPFF can facilitate flexibility, it also carries the risk of cost overruns, as the contractor is incentivized to incur costs to cover the 'cost-plus' portion, and the fixed fee may not adequately incentivize efficiency. Effective oversight and robust cost controls are crucial to mitigate these risks.

What are historical spending patterns for F-15 flight test support?

Historical spending patterns for F-15 flight test support are not readily available in a consolidated public format. However, it is understood that the F-15 program has been in service for decades, necessitating ongoing investments in testing and evaluation for upgrades, modifications, and sustainment. Spending likely fluctuates based on the specific modernization phases, new system integration, or required operational testing. Given the sole-source nature of this recent award, it suggests that historical spending may have also been concentrated with Boeing due to their unique position as the OEM. A comprehensive analysis would require delving into specific contract histories and budget allocations over the F-15's lifecycle.

What is the justification for awarding this contract to Boeing on a sole-source basis?

The specific justification for awarding this F-15 flight test support contract to The Boeing Company on a sole-source basis is not detailed in the provided data. Typically, sole-source justifications are based on factors such as unique capabilities, proprietary technology, essential integration with existing systems, or the lack of viable alternative sources. Given Boeing's role as the original manufacturer of the F-15, it is plausible that the justification centers on their unparalleled knowledge, proprietary data, specialized tooling, and established infrastructure required for effective flight testing and support of the platform. A formal justification document (e.g., a Justification and Approval - J&A) would normally be required and may be available through specific government contracting portals.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingAircraft Manufacturing

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

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 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: $135,703,595

Exercised Options: $61,234,592

Current Obligation: $47,078,128

Subaward Activity

Number of Subawards: 19

Total Subaward Amount: $3,916,436

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: 2023-12-01

Current End Date: 2026-06-30

Potential End Date: 2028-06-30 00:00:00

Last Modified: 2026-01-13

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