DoD Awards $19.77M for UAS ISR Services, Boosting Naval Surveillance Capabilities

Contract Overview

Contract Amount: $19,773,000 ($19.8M)

Contractor: Insitu, Inc.

Awarding Agency: Department of Defense

Start Date: 2025-09-25

End Date: 2030-09-30

Contract Duration: 1,831 days

Daily Burn Rate: $10.8K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: UAS ISR SERVICES FOR SURFLANT

Place of Performance

Location: BINGEN, KLICKITAT County, WASHINGTON, 98605

State: Washington Government Spending

Plain-Language Summary

Department of Defense obligated $19.8 million to INSITU, INC. for work described as: UAS ISR SERVICES FOR SURFLANT Key points: 1. Significant investment in Unmanned Aerial System (UAS) Intelligence, Surveillance, and Reconnaissance (ISR) services for naval operations. 2. Competition was full and open after exclusion of sources, suggesting a deliberate process to ensure fair pricing. 3. The contract value of $19.77 million over five years presents a moderate financial commitment. 4. Focus on surveying and mapping services indicates a specialized application within naval intelligence gathering.

Value Assessment

Rating: good

The contract's firm-fixed-price structure provides cost certainty. Benchmarking against similar ISR service contracts would be beneficial to fully assess value, but the price appears reasonable for specialized UAS services.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This suggests that while competition was sought, certain sources were initially excluded, potentially impacting the breadth of price discovery.

Taxpayer Impact: Taxpayers benefit from enhanced naval surveillance capabilities, but the specific impact of the limited competition on the final price requires further scrutiny.

Public Impact

Enhances national security through improved intelligence gathering for naval forces. Supports advanced technological adoption in military operations. Provides critical data for strategic planning and operational effectiveness. Potential for job creation in the aerospace and defense sectors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Limited competition after exclusion of sources may have restricted price discovery.
  • Lack of detailed performance metrics in the provided data.
  • Potential for scope creep in long-term ISR service contracts.

Positive Signals

  • Firm-fixed-price contract provides cost predictability.
  • Long contract duration allows for sustained operational support.
  • Focus on advanced UAS technology.

Sector Analysis

The defense sector heavily relies on advanced ISR capabilities, with significant spending allocated to aerial platforms and data analysis. This contract aligns with broader trends in modernizing military intelligence gathering through technology.

Small Business Impact

The provided data does not indicate any specific set-asides for small businesses. Further investigation would be needed to determine if small businesses had opportunities to participate in subcontracting or as prime contractors.

Oversight & Accountability

The Department of the Navy is responsible for oversight. The firm-fixed-price contract and defined delivery order structure provide some level of accountability, but ongoing performance monitoring is crucial.

Related Government Programs

  • Surveying and Mapping (except Geophysical) Services
  • Department of Defense Contracting
  • Department of the Navy Programs

Risk Flags

  • Potential for reduced competition due to source exclusion.
  • Long-term contract duration may increase risk of cost overruns if not managed tightly.
  • Dependence on a single contractor for critical ISR services.
  • Technological obsolescence risk with evolving UAS capabilities.

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 $19.8 million to INSITU, INC.. UAS ISR SERVICES FOR SURFLANT

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 $19.8 million.

What is the period of performance?

Start: 2025-09-25. End: 2030-09-30.

What specific technological advancements or capabilities does this UAS ISR service contract enable for SURFLANT?

This contract likely enables SURFLANT to leverage advanced Unmanned Aerial System (UAS) technology for intelligence, surveillance, and reconnaissance missions. This could include enhanced aerial imagery, real-time data feeds, extended operational loiter times, and improved situational awareness over vast maritime or land areas, supporting critical naval operations and decision-making.

How does the 'exclusion of sources' in the competition process potentially affect the overall risk and value for taxpayers?

Excluding sources, even with subsequent full and open competition among remaining bidders, can limit the competitive landscape. This might reduce downward pressure on pricing, potentially leading to a higher cost for taxpayers than if all capable sources had been allowed to compete. It also introduces a risk that the most innovative or cost-effective solution might have been overlooked.

What are the key performance indicators (KPIs) used to measure the effectiveness of these UAS ISR services?

Key performance indicators for UAS ISR services typically include metrics such as system uptime, data accuracy and resolution, mission completion rates, response times to tasking, and the ability to detect and track specific targets. Effective oversight would involve regular reviews of these KPIs against contractually defined thresholds to ensure mission objectives are met and value is delivered.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesSurveying and Mapping (except Geophysical) Services

Product/Service Code: TECHNICAL REPRESENTATIVE SVCS.TECHNICAL REPRESENTATIVE SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: ALTERNATIVE SOURCES

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: THE Boeing Company

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: $48,825,000

Exercised Options: $19,773,000

Current Obligation: $19,773,000

Subaward Activity

Number of Subawards: 9

Total Subaward Amount: $6,920,575

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: N0001921G0007

IDV Type: BOA

Timeline

Start Date: 2025-09-25

Current End Date: 2030-09-30

Potential End Date: 2030-09-30 00:00:00

Last Modified: 2025-09-16

More Contracts from Insitu, Inc.

View all Insitu, Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending