Navy awards $77M Boeing contract for LRASM integration, raising concerns about sole-source procurement

Contract Overview

Contract Amount: $77,147,165 ($77.1M)

Contractor: THE Boeing Company

Awarding Agency: Department of Defense

Start Date: 2021-04-21

End Date: 2026-04-20

Contract Duration: 1,825 days

Daily Burn Rate: $42.3K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: LRASM INTEGRATION NRE

Place of Performance

Location: TUKWILA, KING County, WASHINGTON, 98108

State: Washington Government Spending

Plain-Language Summary

Department of Defense obligated $77.1 million to THE BOEING COMPANY for work described as: LRASM INTEGRATION NRE Key points: 1. Significant contract value of $77.15 million awarded to a single large business. 2. Sole-source award to Boeing for LRASM integration suggests limited competition. 3. Potential risk associated with lack of competitive bidding impacting price discovery. 4. Spending falls within the Aircraft Engine and Engine Parts Manufacturing sector.

Value Assessment

Rating: questionable

The contract's Cost Plus Fixed Fee (CPFF) structure, combined with a sole-source award, makes direct pricing assessment difficult. Benchmarking against similar integration contracts is challenging without competitive data.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed, indicating a sole-source award to The Boeing Company. The absence of competition limits price discovery and potentially leads to higher costs for the government.

Taxpayer Impact: The lack of competition in this sole-source award may result in taxpayers paying a premium for the LRASM integration services.

Public Impact

Taxpayers may be overpaying due to the absence of competitive bidding. The Navy's reliance on a single contractor for critical integration could pose long-term strategic risks. Lack of transparency in pricing due to sole-source award hinders public scrutiny.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award
  • Lack of competition
  • Cost-plus contract type

Positive Signals

  • Critical defense system integration
  • Award to established prime contractor

Sector Analysis

This contract falls under the Aircraft Engine and Engine Parts Manufacturing sector, which often involves complex, high-value procurements. Benchmarks for integration services within this sector can vary widely, but sole-source awards typically deviate from competitive norms.

Small Business Impact

The contract was awarded to The Boeing Company, a large business. There is no indication that small businesses were involved as subcontractors or partners in this specific award, which is common for prime contracts of this nature.

Oversight & Accountability

The sole-source nature of this award warrants close oversight to ensure fair pricing and effective execution. Accountability will be crucial in verifying that the fixed fee aligns with reasonable costs and performance metrics.

Related Government Programs

  • Aircraft Engine and Engine Parts Manufacturing
  • Department of Defense Contracting
  • Department of the Navy Programs

Risk Flags

  • Sole-source award limits competition.
  • Cost-plus contract type can lead to cost overruns.
  • Lack of transparency in pricing.
  • Potential for vendor lock-in.
  • Limited small business participation.

Tags

aircraft-engine-and-engine-parts-manufac, department-of-defense, wa, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $77.1 million to THE BOEING COMPANY. LRASM INTEGRATION NRE

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 Navy).

What is the total obligated amount?

The obligated amount is $77.1 million.

What is the period of performance?

Start: 2021-04-21. End: 2026-04-20.

What is the justification for the sole-source award, and were alternative competitive strategies considered?

The justification for a sole-source award typically centers on unique capabilities, proprietary technology, or urgent needs where only one source can fulfill the requirement. Agencies must document these justifications thoroughly. Alternative competitive strategies, such as phased approaches or limited competition among pre-qualified vendors, should be explored before resorting to sole-source procurement to ensure the best value for taxpayers.

How will the government ensure fair and reasonable pricing given the cost-plus fixed fee and sole-source nature of the contract?

Ensuring fair pricing involves rigorous government cost analysis, including reviewing the contractor's proposed costs, historical data, and market research. For CPFF contracts, the fixed fee is negotiated separately and should reflect the level of risk and effort. The government should also establish clear performance metrics and milestones to monitor progress and control costs effectively throughout the contract duration.

What are the potential long-term risks of relying on a single contractor for critical LRASM integration?

Long-term risks include reduced innovation due to lack of competitive pressure, potential vendor lock-in, and increased vulnerability if the sole contractor faces financial or operational difficulties. Dependence on one supplier can also limit the government's flexibility in adapting to future technological advancements or changing strategic requirements, potentially leading to higher sustainment costs.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingAircraft Engine and Engine Parts Manufacturing

Product/Service Code: RESEARCH AND DEVELOPMENTC – National Defense R&D Services

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Offers Received: 1

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: $78,218,144

Exercised Options: $78,218,144

Current Obligation: $77,147,165

Subaward Activity

Number of Subawards: 5

Total Subaward Amount: $3,802,094

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: N0001921G0006

IDV Type: BOA

Timeline

Start Date: 2021-04-21

Current End Date: 2026-04-20

Potential End Date: 2026-04-20 00:00:00

Last Modified: 2025-05-21

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