L3Harris Technologies awarded $35M for digital map computers, with a 10-year contract duration
Contract Overview
Contract Amount: $34,966,279 ($35.0M)
Contractor: L3harris Technologies, Inc.
Awarding Agency: Department of Defense
Start Date: 2014-09-25
End Date: 2024-03-31
Contract Duration: 3,475 days
Daily Burn Rate: $10.1K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: LOT 14-16 DIGITAL MAP COMPUTER, DIGITAL VIDEO MAP COMPUTER, AND EXTENSION HOUSING FULL RATE PRODUCTION CONTRACT.
Place of Performance
Location: PALM BAY, BREVARD County, FLORIDA, 32905
State: Florida Government Spending
Plain-Language Summary
Department of Defense obligated $35.0 million to L3HARRIS TECHNOLOGIES, INC. for work described as: LOT 14-16 DIGITAL MAP COMPUTER, DIGITAL VIDEO MAP COMPUTER, AND EXTENSION HOUSING FULL RATE PRODUCTION CONTRACT. Key points: 1. Contract awarded to a single vendor, raising questions about competitive pricing. 2. The contract spans a decade, indicating a long-term need for these systems. 3. The firm-fixed-price structure aims to control costs, but requires careful monitoring. 4. This award represents a significant investment in navigation and guidance systems. 5. The geographic concentration in Florida may indicate specific operational needs or contractor presence.
Value Assessment
Rating: fair
The contract value of $34.97 million over approximately 10 years suggests an average annual spend of $3.5 million. Without specific benchmarks for digital map computers or comparable systems, it's difficult to definitively assess value for money. The firm-fixed-price contract type provides cost certainty for the government, but the lack of competition means there's no direct market comparison to gauge pricing efficiency. Further analysis would require benchmarking against similar systems or historical contract data for this specific technology.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when only one vendor possesses the necessary capabilities, technology, or when urgency dictates a rapid award. The lack of competition limits the government's ability to leverage market forces to achieve the best possible price and terms. It also suggests a potential reliance on a single supplier for these critical components.
Taxpayer Impact: Taxpayers may not be receiving the most competitive pricing due to the absence of a bidding process. This could result in a higher overall cost compared to a competed contract.
Public Impact
The Department of Defense benefits from the acquisition of advanced digital map computers and related systems. These systems are crucial for navigation, guidance, and situational awareness in military operations. The contract's duration suggests ongoing support and potential upgrades for these critical technologies. The primary workforce impacted would be within L3Harris Technologies, involved in the manufacturing and development of these systems.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition and potentially increases costs for taxpayers.
- Long contract duration (10 years) may lead to technology obsolescence if not managed proactively.
- Lack of transparency in the justification for sole-source award.
- Potential for vendor lock-in due to specialized technology.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- Long-term award ensures sustained availability of critical navigation systems.
- Award to an established defense contractor suggests a level of reliability and expertise.
Sector Analysis
The contract falls within the 'Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing' sector, a specialized area within the broader defense industrial base. This sector is characterized by high technological complexity and significant R&D investment. Spending in this area is critical for maintaining military readiness and technological superiority. Comparable spending benchmarks are difficult to ascertain without more specific details on the technology's application and scale.
Small Business Impact
This contract does not appear to have a small business set-aside component, as indicated by 'sb: false'. Furthermore, there is no explicit mention of subcontracting plans for small businesses. This suggests that the primary awardee, L3Harris Technologies, will likely perform the majority of the work. The impact on the small business ecosystem is therefore minimal in terms of direct subcontracting opportunities stemming from this specific award.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Defense's contract management agencies, such as the Defense Contract Management Agency (DCMA). The firm-fixed-price nature of the contract implies that the government's primary oversight will focus on delivery, quality, and adherence to contract specifications. Transparency regarding the sole-source justification and ongoing performance metrics would be key accountability measures. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Navigation Systems Contracts
- Defense Electronics Manufacturing
- Avionics Systems Procurement
- Guidance and Control Systems
Risk Flags
- Sole-source award raises concerns about price competition.
- Long contract duration may lead to technology obsolescence.
- Lack of small business subcontracting opportunities.
Tags
defense, department-of-defense, l3harris-technologies, sole-source, firm-fixed-price, navigation-systems, digital-map-computers, long-term-contract, florida, 334511, definitive-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $35.0 million to L3HARRIS TECHNOLOGIES, INC.. LOT 14-16 DIGITAL MAP COMPUTER, DIGITAL VIDEO MAP COMPUTER, AND EXTENSION HOUSING FULL RATE PRODUCTION CONTRACT.
Who is the contractor on this award?
The obligated recipient is L3HARRIS TECHNOLOGIES, INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Defense Contract Management Agency).
What is the total obligated amount?
The obligated amount is $35.0 million.
What is the period of performance?
Start: 2014-09-25. End: 2024-03-31.
What is the specific justification for awarding this contract on a sole-source basis to L3Harris Technologies?
The provided data indicates the contract was 'NOT COMPETED'. A sole-source award typically occurs when a specific vendor is the only responsible source capable of providing the required goods or services. This could be due to proprietary technology, unique capabilities, urgent and compelling needs where competition is not feasible, or if the original contract was awarded competitively and subsequent modifications or follow-on contracts are only feasible with the incumbent. Without further documentation from the agency, the precise justification remains unclear, but it implies a lack of viable alternatives or a strategic decision to rely on L3Harris's specific expertise for these digital map computers and related systems.
How does the $34.97 million contract value compare to historical spending on similar digital map computer systems?
Benchmarking this $34.97 million contract value against historical spending on similar digital map computer systems is challenging without more granular data. The contract spans approximately 10 years (September 2014 to March 2024), averaging around $3.5 million annually. The specific nature of 'LOT 14-16 DIGITAL MAP COMPUTER, DIGITAL VIDEO MAP COMPUTER, AND EXTENSION HOUSING FULL RATE PRODUCTION CONTRACT' suggests a specialized, potentially high-tech component. To provide a meaningful comparison, one would need access to historical contract databases filtered by the specific Product Service Code (PSC) or North American Industry Classification System (NAICS) code, and ideally, details on the system's capabilities and quantities. Without such comparative data, assessing whether this represents high or low spending is speculative.
What are the key performance indicators (KPIs) used to assess the success of this contract for L3Harris Technologies?
While the provided data does not explicitly list Key Performance Indicators (KPIs) for this contract, typical metrics for a firm-fixed-price production contract like this would focus on delivery timeliness, quality conformance, and adherence to technical specifications. For L3Harris Technologies, success would be measured by their ability to consistently deliver the digital map computers and extension housings meeting all contractual requirements within the agreed-upon schedule and budget. The government's assessment would likely involve tracking defect rates, on-time delivery percentages, and compliance with technical data packages. Performance reviews, potentially documented in contract performance reports (CPARs), would provide a formal assessment of the contractor's execution throughout the contract's lifecycle.
What are the potential risks associated with a 10-year contract for digital map computers, and how might they be mitigated?
A 10-year contract duration for technology-dependent items like digital map computers presents several risks. Technological obsolescence is a primary concern; the systems procured early in the contract might be outdated by its end. Rapid advancements in computing power, sensor technology, and mapping software could render the contracted systems less effective or incompatible with future platforms. Another risk is vendor lock-in, especially given the sole-source nature, which could limit flexibility and innovation. Mitigation strategies could include incorporating technology refresh clauses, performance-based requirements that allow for upgrades, regular reviews to assess technological relevance, and maintaining strong government oversight to ensure the contractor remains innovative and responsive to evolving needs. Defining clear exit strategies or transition plans towards the end of the contract is also crucial.
How does the geographic location (Florida) influence the contract's execution and oversight?
The contract's performance location in Florida ('st': 'FL', 'sn': 'FLORIDA') likely indicates the primary manufacturing or operational site for L3Harris Technologies related to this award. This geographic concentration can streamline oversight for the contracting officer's representative (COR) and the Defense Contract Management Agency (DCMA) if their field offices are co-located or nearby. It may also suggest logistical efficiencies for the contractor. However, it could also concentrate risks; a natural disaster or regional economic disruption in Florida could potentially impact contract performance more severely than if operations were distributed. The state's specific business environment and workforce availability might also play a role in the contractor's cost structure and execution capabilities.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Product/Service Code: INFORMATION TECHNOLOGY EQUIPMENT (INCLD FIRMWARE) SOFTWARE,SUPPLIES& SUPPORT EQUIPMENT
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: N0001913R2001
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: L3harris Technologies, Inc
Address: 2400 PALM BAY RD NE, PALM BAY, FL, 32905
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: $35,366,061
Exercised Options: $35,203,604
Current Obligation: $34,966,279
Actual Outlays: $584,773
Subaward Activity
Number of Subawards: 36
Total Subaward Amount: $3,706,302
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Timeline
Start Date: 2014-09-25
Current End Date: 2024-03-31
Potential End Date: 2024-03-31 00:00:00
Last Modified: 2024-01-24
More Contracts from L3harris Technologies, Inc.
- 200204!000024!5700!GV59 !esc/Ndk !F1962802C0010 !A!N! !N! !20020130!20020930!052819732!052819732!001216845!n!itt Industries, Inc , Systems !4410 E Fountain Blvd !colorado Sprin !co!80916!16000!041!08!colorado Springs !EL Paso !colorado !+000003175920!n!n!000519009204!j099!maint & Repair of Eq/Miscellaneous Equipment !A7 !electronics and Communication !3gwq!474l Bmews !541512!E! !3! ! ! ! ! !99990909!B! ! !B! !a!n!r!2!002!b! !Z!N!Z! ! !N!C!N! ! ! !a!a!a!a!000!a!d!n! ! ! ! ! ! !0001! — $2.2B (Department of Defense)
- THE Purpose of This Contract IS to Develop the Ground System That Will Support Noaa S Next Generation Geostationary Satellite Series, Goes-R. This NEW Series of Spacecraft, SET to Begin Launching in 2015, IS Expected to Double the Clarity of Today S Satellite Imagery and Provide AT Least 20 Times More Atmospheric Observations From Space. the Contractor IS to Design, Develop, Test and Implement the Goes-R Ground System. the Ground System Will Capture Data From the Goes-R Satellites, and Process and Distribute the Information to Operational Users — $1.8B (Department of Commerce)
- Requisition for MOD - Incrementally Funded - This PR Provides Funding for Ads-B National Contract Support for SBS Program Office — $1.3B (Department of Transportation)
- Award of Maintenance of Space Surveillence and Integrated Capabilities Contract — $1.2B (Department of Defense)
- TAS::80 0122::TAS Development, Manufacturing and Support to Weather Observing Instrument — $1.0B (National Aeronautics and Space Administration)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)