DoD Navy Awards $14.9M Contract for Navigation Systems to Laurel Technologies Partnership
Contract Overview
Contract Amount: $14,915,075 ($14.9M)
Contractor: Laurel Technologies Partnership
Awarding Agency: Department of Defense
Start Date: 2025-07-16
End Date: 2026-07-15
Contract Duration: 364 days
Daily Burn Rate: $41.0K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS INCENTIVE FEE
Sector: Defense
Official Description: TI-26 CY2 TASK BOOK
Place of Performance
Location: JOHNSTOWN, CAMBRIA County, PENNSYLVANIA, 15904
Plain-Language Summary
Department of Defense obligated $14.9 million to LAUREL TECHNOLOGIES PARTNERSHIP for work described as: TI-26 CY2 TASK BOOK Key points: 1. Contract value of $14.9 million for navigation system manufacturing. 2. Awarded under full and open competition, indicating a competitive market. 3. Potential risk associated with cost-plus incentive fee contract type. 4. Spending falls within the 'Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing' sector.
Value Assessment
Rating: good
The contract value of $14.9 million appears reasonable for specialized navigation system manufacturing. Benchmarking against similar contracts in this niche sector would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition, suggesting a robust price discovery process. This method typically leads to more competitive pricing for the government.
Taxpayer Impact: The competitive award process is expected to yield fair pricing, maximizing taxpayer value for the acquired navigation systems.
Public Impact
Ensures critical navigation systems for the Navy remain operational. Supports technological advancement in maritime and aeronautical navigation. Potential for job creation within the awarded company and its supply chain.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Cost-plus incentive fee structure can lead to cost overruns if not managed carefully.
- Reliance on a single delivery order for the full contract value.
Positive Signals
- Awarded through full and open competition.
- Contract supports essential defense capabilities.
Sector Analysis
This contract falls under the manufacturing of navigation systems, a specialized segment within the broader defense industrial base. Spending benchmarks for similar systems are often proprietary but are generally influenced by technological complexity and production volume.
Small Business Impact
The data does not indicate whether small businesses were involved as subcontractors. Further analysis would be needed to determine the extent of small business participation.
Oversight & Accountability
The Department of the Navy is responsible for oversight. The contract type and delivery order structure will require diligent monitoring to ensure performance and cost control.
Related Government Programs
- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Department of Defense Contracting
- Department of the Navy Programs
Risk Flags
- Cost-plus incentive fee contract type.
- Potential for cost overruns.
- Single delivery order for the full contract value.
- Limited insight into small business participation.
Tags
search-detection-navigation-guidance-aer, department-of-defense, pa, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $14.9 million to LAUREL TECHNOLOGIES PARTNERSHIP. TI-26 CY2 TASK BOOK
Who is the contractor on this award?
The obligated recipient is LAUREL TECHNOLOGIES PARTNERSHIP.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Navy).
What is the total obligated amount?
The obligated amount is $14.9 million.
What is the period of performance?
Start: 2025-07-16. End: 2026-07-15.
What is the historical performance of Laurel Technologies Partnership on similar DoD contracts?
Information on Laurel Technologies Partnership's historical performance on similar DoD contracts is not provided in the data. A review of past performance records, including CPARS (Contractor Performance Assessment Reporting System) data, would be necessary to assess their track record for quality, timeliness, and cost control on previous navigation system contracts.
What are the specific performance metrics tied to the incentive fee in this contract?
The specific performance metrics linked to the incentive fee are not detailed in the provided data. These metrics typically relate to factors like delivery schedule adherence, system performance specifications, or quality standards. Understanding these incentives is crucial for evaluating the potential for cost savings or overruns.
How does the unit cost of these navigation systems compare to industry benchmarks?
A direct per-unit cost benchmark is not available from the provided data. To assess this, one would need to identify the specific type and quantity of navigation systems being procured and compare their estimated unit cost against publicly available data or industry reports for similar technological components.
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: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: COST PLUS INCENTIVE FEE (V)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leonardo SPA
Address: 246 AIRPORT RD, JOHNSTOWN, PA, 15904
Business Categories: Category Business, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Manufacturer of Goods, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations
Financial Breakdown
Contract Ceiling: $22,872,539
Exercised Options: $22,872,539
Current Obligation: $14,915,075
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: N0025324D5001
IDV Type: IDC
Timeline
Start Date: 2025-07-16
Current End Date: 2026-07-15
Potential End Date: 2026-07-15 00:00:00
Last Modified: 2025-12-10
More Contracts from Laurel Technologies Partnership
- Consoles, Displays and Peripheral Equipment (CDP TI-16 MOD 1) — $246.8M (Department of Defense)
- FY18 An/Spq-9b Radar System — $181.0M (Department of Defense)
- An/Usg-3b System and An/Us2b Components(first Article) — $120.4M (Department of Defense)
- Ious for DDG 125 — $116.3M (Department of Defense)
- This Requirement IS for the Production, Fabrication, Assembly, Inspection, Testing, and Delivery of An/Spq-9b Anti-Ship Missile Defense Radar Systems Beginning in Fiscal Year (FY) 2024 and Ending in FY28 — $101.5M (Department of Defense)
View all Laurel Technologies Partnership federal contracts →
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)