L3 Technologies awarded $10M contract for MINI THERMAL IMAGER, highlighting optical instrument manufacturing for the Navy

Contract Overview

Contract Amount: $10,033,691 ($10.0M)

Contractor: L3 Technologies, Inc.

Awarding Agency: Department of Defense

Start Date: 2007-07-05

End Date: 2010-07-31

Contract Duration: 1,122 days

Daily Burn Rate: $8.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: MINI THERMAL IMAGER

Place of Performance

Location: LONDONDERRY, ROCKINGHAM County, NEW HAMPSHIRE, 03053

State: New Hampshire Government Spending

Plain-Language Summary

Department of Defense obligated $10.0 million to L3 TECHNOLOGIES, INC. for work described as: MINI THERMAL IMAGER Key points: 1. Contract value of $10 million for specialized imaging equipment. 2. Awarded under full and open competition, suggesting a competitive bidding process. 3. Fixed-price contract type indicates defined costs and potential for contractor risk. 4. Duration of 1122 days suggests a significant, long-term need for the equipment. 5. Focus on optical instrument manufacturing aligns with defense sector requirements. 6. Awarded by the Department of the Navy, indicating a specific military application.

Value Assessment

Rating: good

The contract value of $10,033,691 for MINI THERMAL IMAGER appears reasonable given the duration and specialized nature of the equipment. Benchmarking against similar contracts for advanced optical instruments is challenging without more specific technical details, but the fixed-price nature suggests the contractor assumed cost risks. The award amount is within the expected range for such defense procurements.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating that while the competition was open, specific sources may have been excluded based on predefined criteria. This suggests a structured procurement process aimed at achieving best value. The number of bidders is not specified, but the 'full and open' designation generally implies multiple interested parties.

Taxpayer Impact: This competitive approach is beneficial for taxpayers as it aims to secure the best possible price and quality for the required thermal imaging technology.

Public Impact

Naval personnel will benefit from enhanced situational awareness provided by the MINI THERMAL IMAGER. The contract supports the delivery of advanced optical instruments for defense applications. The geographic impact is primarily within Department of Defense operations, with potential deployment globally. Workforce implications include skilled labor in optical instrument manufacturing and defense technology sectors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The defense sector, particularly within the Department of the Navy, relies heavily on advanced optical and imaging technologies. This contract for MINI THERMAL IMAGER falls under the broader category of defense electronics and specialized equipment manufacturing. The market for such systems is characterized by high technological barriers to entry and significant government investment. Comparable spending benchmarks would typically be found within broader defense procurement data for electro-optical systems.

Small Business Impact

This contract does not appear to have a small business set-aside (ss: false, sb: false). Therefore, the primary contractor, L3 TECHNOLOGIES, INC., is likely responsible for fulfilling the contract requirements. There is no explicit information on subcontracting plans for small businesses within this data, which could limit opportunities for the small business ecosystem in this specific procurement.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Defense's contracting and program management offices. Accountability measures are inherent in the firm fixed-price structure, which incentivizes contractor performance within budget. Transparency is generally maintained through contract award databases, though specific performance details may be sensitive. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

defense, department-of-defense, department-of-the-navy, optical-instrument-manufacturing, thermal-imager, firm-fixed-price, full-and-open-competition, l3-technologies, new-hampshire, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $10.0 million to L3 TECHNOLOGIES, INC.. MINI THERMAL IMAGER

Who is the contractor on this award?

The obligated recipient is L3 TECHNOLOGIES, INC..

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Navy).

What is the total obligated amount?

The obligated amount is $10.0 million.

What is the period of performance?

Start: 2007-07-05. End: 2010-07-31.

What is the specific technical capability of the MINI THERMAL IMAGER and how does it compare to current market offerings?

The provided data identifies the item as a 'MINI THERMAL IMAGER' and its North American Industry Classification System (NAICS) code as 333314 (Optical Instrument and Lens Manufacturing). However, specific technical capabilities, such as resolution, detection range, spectral sensitivity, or operational environment, are not detailed. To assess its market competitiveness, a comparison would require access to the technical specifications outlined in the contract's Statement of Work (SOW) and a review of contemporary thermal imaging devices available from other manufacturers. Without these specifics, it's difficult to determine if the technology is cutting-edge, standard, or potentially lagging behind commercial or military alternatives.

How did the 'exclusion of sources' in the competition affect the final price and selection of L3 TECHNOLOGIES, INC.?

The designation 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' implies that while the competition was broadly open, certain potential offerors were excluded based on specific, pre-defined criteria. These criteria could relate to security clearances, past performance, technical qualifications, or specific manufacturing capabilities deemed essential for this particular contract. The impact on price and selection depends heavily on the nature and justification of these exclusions. If the exclusions significantly narrowed the field of qualified bidders, it could potentially lead to less aggressive pricing than a truly unrestricted competition. Conversely, if the exclusions ensured only highly capable and relevant vendors participated, it might lead to a better overall value proposition despite potentially fewer bids. Further analysis would require understanding the rationale behind the source exclusions.

What is the historical spending pattern for MINI THERMAL IMAGERS or similar optical instruments by the Department of the Navy?

Analyzing historical spending patterns for 'MINI THERMAL IMAGER' specifically is challenging with the provided data alone, as it represents a single contract award. To establish a pattern, one would need to query federal procurement databases (like FPDS or USASpending.gov) for all contracts awarded by the Department of the Navy (and potentially other DoD branches) for similar items, using keywords like 'thermal imager,' 'infrared camera,' 'optical sensor,' and relevant NAICS codes (e.g., 333314, 334511). Examining the volume, frequency, and average contract values over several fiscal years would reveal trends. This would help determine if this $10 million award is typical, an outlier, or part of an increasing/decreasing trend in investment for such technologies.

What are the performance metrics or Key Performance Indicators (KPIs) associated with this contract to ensure effectiveness?

The provided contract data does not explicitly list performance metrics or Key Performance Indicators (KPIs) for the MINI THERMAL IMAGER. Typically, such details would be found within the contract's Statement of Work (SOW) or Performance Work Statement (PWS). These metrics would likely focus on the technical performance of the imager (e.g., image clarity, detection range, operational temperature limits, battery life), reliability (e.g., Mean Time Between Failures - MTBF), and delivery schedules. Without access to the SOW/PWS, assessing the effectiveness and ensuring the contractor meets the Navy's requirements is difficult. Post-award monitoring and acceptance testing by the government are crucial for verifying performance against contractually defined standards.

What is L3 TECHNOLOGIES, INC.'s track record with the Department of the Navy and for similar defense contracts?

L3 TECHNOLOGIES, INC. (now part of L3Harris Technologies) has a significant history of contracting with the Department of Defense, including the Navy. To assess their specific track record for this type of contract, one would need to analyze their past performance data in federal procurement databases. This includes reviewing the number of previous awards for optical instruments, thermal imaging systems, or related defense electronics, their value, contract types, and customer satisfaction ratings (if available). Examining past performance evaluations, any instances of contract disputes, or awards for exceptional performance would provide a clearer picture of their reliability and capability in fulfilling similar requirements for the Navy.

Industry Classification

NAICS: ManufacturingCommercial and Service Industry Machinery ManufacturingOptical Instrument and Lens Manufacturing

Product/Service Code: FIRE CONTROL EQPT.

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: L-3 Communications Holdings, Inc. (UEI: 008898843)

Address: 9 AKIRA WAY, LONDONDERRY, NH, 01

Business Categories: Category Business, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $10,033,691

Exercised Options: $10,033,691

Current Obligation: $10,033,691

Contract Characteristics

Cost or Pricing Data: NO

Timeline

Start Date: 2007-07-05

Current End Date: 2010-07-31

Potential End Date: 2010-07-31 00:00:00

Last Modified: 2010-08-03

More Contracts from L3 Technologies, Inc.

View all L3 Technologies, Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending