Boeing Awarded $87.18M for F/A-18E/F SLM, Sole-Source Contract

Contract Overview

Contract Amount: $87,180,008 ($87.2M)

Contractor: THE Boeing Company

Awarding Agency: Department of Defense

Start Date: 2023-04-19

End Date: 2025-07-30

Contract Duration: 833 days

Daily Burn Rate: $104.7K/day

Competition Type: NOT COMPETED

Pricing Type: COST PLUS INCENTIVE FEE

Sector: Defense

Official Description: F/A-18E/F SLM

Place of Performance

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

State: Missouri Government Spending

Plain-Language Summary

Department of Defense obligated $87.2 million to THE BOEING COMPANY for work described as: F/A-18E/F SLM Key points: 1. Significant contract awarded to a single, established prime contractor. 2. Focus on aircraft manufacturing, a critical defense sector. 3. Potential for cost overruns due to Cost Plus Incentive Fee structure. 4. Limited transparency on pricing due to sole-source nature.

Value Assessment

Rating: questionable

The contract's Cost Plus Incentive Fee (CPIF) structure can lead to higher costs if performance targets are not met efficiently. Benchmarking against similar sole-source aircraft modifications is difficult without more detailed cost breakdowns.

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. This limits price discovery and potentially leads to higher costs compared to a competitive procurement.

Taxpayer Impact: Taxpayer funds are committed without competitive pressure, potentially increasing the overall cost of the F/A-18E/F sustainment program.

Public Impact

Ensures continued readiness and modernization of the F/A-18E/F Super Hornet fleet. Supports a major defense contractor and its supply chain. Impacts the operational capabilities of naval aviation squadrons.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competition.
  • CPIF contract type can incentivize higher costs.
  • Lack of detailed cost data for benchmarking.

Positive Signals

  • Addresses critical sustainment needs for a key aircraft platform.
  • Leverages established contractor expertise for complex modifications.

Sector Analysis

This contract falls within the Defense sector, specifically aircraft manufacturing and sustainment. Spending benchmarks for similar sole-source modifications are often high due to specialized labor and proprietary technology.

Small Business Impact

While the prime contractor is large, the contract's sole-source nature and focus on prime manufacturing may limit direct subcontracting opportunities for small businesses in this specific award. Further analysis of the full contract would be needed.

Oversight & Accountability

The Department of the Navy is responsible for oversight. The CPIF structure requires careful monitoring of performance metrics and cost expenditures to ensure value for money and prevent contractor overspending.

Related Government Programs

  • Aircraft Manufacturing
  • Department of Defense Contracting
  • Department of the Navy Programs

Risk Flags

  • Sole-source award
  • Cost Plus Incentive Fee contract type
  • Lack of competitive bidding
  • Potential for cost escalation
  • Limited transparency on pricing

Tags

aircraft-manufacturing, department-of-defense, mo, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $87.2 million to THE BOEING COMPANY. F/A-18E/F SLM

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 $87.2 million.

What is the period of performance?

Start: 2023-04-19. End: 2025-07-30.

What specific sustainment improvements does the SLM modification entail, and how do they justify the sole-source award?

The Sustainment Level Maintenance (SLM) modification likely addresses critical wear and tear, obsolescence, or performance degradation issues unique to the F/A-18E/F fleet. Justification for a sole-source award would typically hinge on the contractor possessing unique technical data, specialized tooling, or intellectual property essential for these specific upgrades, making competition impractical or prohibitively expensive.

How will the Cost Plus Incentive Fee structure be managed to mitigate risks of cost overruns?

Effective management of the CPIF structure requires clearly defined and achievable performance targets (e.g., delivery schedule, quality standards, specific technical improvements). The Navy must establish robust cost tracking and auditing mechanisms, along with regular performance reviews, to ensure the incentive aligns with government objectives and discourages unnecessary expenditures by the contractor.

What is the long-term strategic value of investing in the F/A-18E/F SLM program versus exploring alternatives?

The long-term value depends on the F/A-18E/F's projected service life and its role in the overall naval aviation strategy. Investing in SLM ensures the platform remains operationally viable and effective for its remaining lifespan. Alternatives might include accelerating procurement of next-generation aircraft or extending the life of other platforms, but these carry their own significant costs and strategic implications.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingAircraft Manufacturing

Product/Service Code: AEROSPACE CRAFT AND STRUCTURAL COMPONENTS

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: COST PLUS INCENTIVE FEE (V)

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: $87,180,008

Exercised Options: $87,180,008

Current Obligation: $87,180,008

Subaward Activity

Number of Subawards: 14

Total Subaward Amount: $11,590,927

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: N0001918D0001

IDV Type: IDC

Timeline

Start Date: 2023-04-19

Current End Date: 2025-07-30

Potential End Date: 2025-07-30 00:00:00

Last Modified: 2025-03-11

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