DoD Navy Awards $28.4M for Land-Based UAS ISR Services to Insitu, Inc
Contract Overview
Contract Amount: $28,370,875 ($28.4M)
Contractor: Insitu, Inc.
Awarding Agency: Department of Defense
Start Date: 2018-01-02
End Date: 2020-03-23
Contract Duration: 811 days
Daily Burn Rate: $35.0K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: LAND-BASED UAS ISR SERVICES. IGF::OT::IGF
Place of Performance
Location: BINGEN, KLICKITAT County, WASHINGTON, 98605
Plain-Language Summary
Department of Defense obligated $28.4 million to INSITU, INC. for work described as: LAND-BASED UAS ISR SERVICES. IGF::OT::IGF Key points: 1. Contract awarded for unmanned aerial system (UAS) intelligence, surveillance, and reconnaissance (ISR) services. 2. Insitu, Inc. is the sole awardee, raising questions about competition. 3. The contract value is significant for specialized ISR services. 4. The sector is defense, specifically naval operations.
Value Assessment
Rating: fair
The contract value of $28.4 million over approximately 2.7 years appears reasonable for specialized UAS ISR services. Benchmarking against similar contracts is difficult without more detailed service scope and performance data.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting multiple vendors could have bid. However, only one award was made, indicating Insitu, Inc. was the sole successful bidder.
Taxpayer Impact: Taxpayer funds are being used for critical defense intelligence gathering. The competitive process, if robust, should ensure fair pricing.
Public Impact
Enhances national security through advanced surveillance capabilities. Supports naval operations with real-time intelligence. Potential for technological advancements in ISR services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of multiple awards despite full and open competition.
- Limited transparency on specific performance metrics and outcomes.
Positive Signals
- Provides critical ISR capabilities for the Navy.
- Utilizes advanced UAS technology.
Sector Analysis
This contract falls within the defense sector, specifically focusing on intelligence, surveillance, and reconnaissance (ISR) services utilizing unmanned aerial systems (UAS). Spending in this area is driven by evolving geopolitical threats and the need for persistent monitoring capabilities.
Small Business Impact
There is no indication that small businesses were involved in this contract award. The focus appears to be on a prime contractor with specialized capabilities.
Oversight & Accountability
The Department of the Navy is responsible for oversight. The award process and contract performance should be subject to standard DoD oversight mechanisms to ensure accountability and value for money.
Related Government Programs
- Surveying and Mapping (except Geophysical) Services
- Department of Defense Contracting
- Department of the Navy Programs
Risk Flags
- Potential for limited competition despite stated 'full and open'.
- Lack of detailed performance metrics.
- Dependency on a single provider for critical ISR services.
- Unclear cost-effectiveness without further benchmarking.
Tags
surveying-and-mapping-except-geophysical, department-of-defense, wa, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $28.4 million to INSITU, INC.. LAND-BASED UAS ISR SERVICES. IGF::OT::IGF
Who is the contractor on this award?
The obligated recipient is INSITU, 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 $28.4 million.
What is the period of performance?
Start: 2018-01-02. End: 2020-03-23.
What specific ISR capabilities does this contract provide, and how do they compare to industry standards?
This contract provides land-based UAS ISR services. While specific capabilities are not detailed, they likely include persistent surveillance, intelligence gathering, and reconnaissance missions. Benchmarking against industry standards would require a detailed breakdown of sensor payloads, data processing, operational range, and endurance, which are not publicly available in this summary.
What factors led to only one award despite full and open competition?
Several factors could explain a single award under full and open competition. The requirements may have been highly specialized, leading only one vendor to possess the necessary technical expertise, certifications, or equipment. Alternatively, Insitu, Inc. may have submitted the most advantageous offer based on a combination of technical merit and price, even if other bids were received.
How effectively are these ISR services contributing to the Navy's mission objectives?
The effectiveness of these ISR services in contributing to Navy mission objectives is difficult to assess without specific performance data and mission outcomes. However, the continued award and utilization of such services suggest they are considered valuable for intelligence gathering and operational support. Formal performance reviews and post-mission analyses would provide a clearer picture of their contribution.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Surveying and Mapping (except Geophysical) Services
Product/Service Code: TECHNICAL REPRESENTATIVE SVCS. › TECHNICAL REPRESENTATIVE SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: N0001916R0063
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: THE Boeing Company (UEI: 009256819)
Address: 118 E COLUMBIA RIVER WAY, BINGEN, WA, 98605
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: $28,487,977
Exercised Options: $28,370,875
Current Obligation: $28,370,875
Subaward Activity
Number of Subawards: 10
Total Subaward Amount: $47,936,254
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N0001917D0095
IDV Type: IDC
Timeline
Start Date: 2018-01-02
Current End Date: 2020-03-23
Potential End Date: 2020-05-07 00:00:00
Last Modified: 2019-08-06
More Contracts from Insitu, Inc.
- RQ-21A Blackjack — $178.2M (Department of Defense)
- UAS ISR Services for Usmc — $163.2M (Department of Defense)
- Land-Based Deployment — $150.4M (Department of Defense)
- System Engineering&program Management — $119.4M (Department of Defense)
- Stuas/Tier II UAS — $109.3M (Department of Defense)
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)