Raytheon Company awarded $58.5M contract for wireless communications equipment by the Navy
Contract Overview
Contract Amount: $58,501,152 ($58.5M)
Contractor: Raytheon Company
Awarding Agency: Department of Defense
Start Date: 2024-01-01
End Date: 2025-12-31
Contract Duration: 730 days
Daily Burn Rate: $80.1K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: NAVY ACQUISITION
Place of Performance
Location: GOLETA, SANTA BARBARA County, CALIFORNIA, 93117
Plain-Language Summary
Department of Defense obligated $58.5 million to RAYTHEON COMPANY for work described as: NAVY ACQUISITION Key points: 1. Contract awarded via a sole-source justification, raising questions about potential cost efficiencies. 2. The contract is a delivery order under a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle, suggesting a pre-existing relationship. 3. Fixed-price contract type aims to control costs, but the lack of competition limits price discovery. 4. The duration of 730 days provides a stable period for delivery and potential performance. 5. Focus on wireless communications equipment aligns with modern defense needs. 6. The awardee, Raytheon Company, is a major defense contractor with extensive experience.
Value Assessment
Rating: fair
Benchmarking the value of this specific delivery order is challenging without knowing the terms of the parent IDIQ contract and the specific equipment procured. However, the absence of competition suggests that taxpayers may not be receiving the most advantageous pricing. Comparing this to similar sole-source awards for specialized wireless communications equipment would be necessary for a more precise value assessment. The firm fixed-price nature provides some cost certainty, but the overall value proposition is diminished by the lack of competitive bidding.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one vendor, Raytheon Company, was solicited. This approach bypasses the competitive bidding process typically used to ensure fair market prices and identify the best value. While sole-source awards can be justified for unique capabilities or urgent needs, they limit the government's ability to leverage market forces for cost savings and innovation.
Taxpayer Impact: The lack of competition means taxpayers may be paying a premium for this equipment, as there was no opportunity for multiple vendors to bid and drive down prices.
Public Impact
The U.S. Navy benefits from the acquisition of critical wireless communications equipment. This contract supports the modernization of naval communication systems. The primary impact is on the operational readiness and technological capabilities of naval forces. The contract supports jobs within Raytheon Company and its supply chain.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potential cost savings for taxpayers.
- Lack of transparency in the justification for sole-source procurement.
- Potential for cost overruns if pricing was not adequately scrutinized without competition.
Positive Signals
- Firm fixed-price contract type provides cost certainty for the government.
- Awardee is a reputable defense contractor with a proven track record.
- Contract duration allows for planned integration and deployment of equipment.
Sector Analysis
The defense sector, particularly within communications and electronics manufacturing, is characterized by high barriers to entry and significant R&D investment. Companies like Raytheon are key players in providing advanced technological solutions to government agencies. Spending in this area is driven by the need for secure, reliable, and cutting-edge communication systems to maintain military superiority. Comparable spending benchmarks would involve analyzing other sole-source or competitively awarded contracts for similar specialized wireless equipment within the Department of Defense.
Small Business Impact
This contract does not appear to involve a small business set-aside. As a sole-source award to a large prime contractor, there is no direct indication of subcontracting opportunities for small businesses within this specific award. The impact on the small business ecosystem is neutral to potentially negative if competitive opportunities that could have gone to small businesses were instead awarded to the prime.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Defense's contract management and oversight mechanisms, potentially involving the Defense Contract Management Agency (DCMA) for performance monitoring. Accountability is established through the contract terms and the firm fixed-price structure. Transparency is limited due to the sole-source nature of the award, with justifications for such awards usually being internal to the agency unless publicly released. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Navy Tactical Networks
- Defense Communications Systems
- Wireless Communication Equipment Procurement
- Raytheon Company Contracts
Risk Flags
- Sole-source award
- Lack of competition
- Potential for non-competitive pricing
Tags
defense, navy, department-of-defense, raytheon-company, wireless-communications-equipment, delivery-order, firm-fixed-price, sole-source, communications-equipment, california, defense-contract-management-agency
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $58.5 million to RAYTHEON COMPANY. NAVY ACQUISITION
Who is the contractor on this award?
The obligated recipient is RAYTHEON COMPANY.
Which agency awarded this contract?
Awarding agency: Department of Defense (Defense Contract Management Agency).
What is the total obligated amount?
The obligated amount is $58.5 million.
What is the period of performance?
Start: 2024-01-01. End: 2025-12-31.
What is the specific justification provided by the Department of Defense for awarding this contract on a sole-source basis to Raytheon Company?
The provided data indicates the contract was 'NOT COMPETED' and is a 'DELIVERY ORDER'. Typically, sole-source justifications for such awards stem from reasons like the existence of only one responsible source capable of providing the required goods or services, urgent and compelling needs that preclude full and open competition, or specific national security requirements. Without access to the official justification document (e.g., a Justification and Approval - J&A), the precise rationale remains unknown. However, common reasons include proprietary technology, unique manufacturing capabilities, or essential integration with existing sole-source systems. The Navy likely cited one of these factors to bypass the competitive bidding process for this specific wireless communications equipment.
How does the $58.5 million value of this delivery order compare to other similar wireless communications equipment contracts awarded by the Navy or DoD?
Direct comparison of this $58.5 million delivery order to other wireless communications equipment contracts requires access to a broader dataset of federal procurement. However, as a sole-source award, its value is inherently less scrutinized than a competitively won contract. If this represents a significant portion of the total value of the parent IDIQ contract, it could indicate a substantial investment. To benchmark effectively, one would need to identify comparable contracts for similar types of advanced wireless equipment (e.g., secure radios, tactical data links, satellite communication terminals) awarded over the same period, noting whether they were competed or sole-sourced, and analyze their total values and per-unit costs. The absence of competition here suggests potential for a higher price than if multiple vendors had vied for the contract.
What are the key performance indicators (KPIs) or metrics used to assess the performance of Raytheon Company under this contract?
Performance assessment for this contract would likely be governed by the terms outlined in the parent IDIQ contract and this specific delivery order. Key performance indicators (KPIs) would typically focus on the timely delivery of the wireless communications equipment, adherence to technical specifications and quality standards, and potentially post-delivery support or warranty provisions. The firm fixed-price nature incentivizes Raytheon to meet these requirements within budget. The Defense Contract Management Agency (DCMA) or the relevant Navy contracting office would be responsible for monitoring Raytheon's performance against these metrics. Specific KPIs might include delivery schedules, defect rates, compliance with cybersecurity standards for communication equipment, and successful integration testing.
What is the historical spending pattern for wireless communications equipment by the Navy, and how does this $58.5 million award fit into that trend?
Analyzing historical spending patterns for wireless communications equipment by the Navy requires access to historical procurement data. Without that specific data, it's difficult to definitively place this $58.5 million award. However, the Navy, like other branches of the military, consistently invests in communication technology due to its critical role in operations. Spending in this area is generally driven by modernization efforts, replacing aging equipment, and adapting to evolving threats and technological advancements. This award, being a delivery order under an IDIQ, suggests it's part of an ongoing or established procurement strategy. If the Navy has a history of awarding significant sums for similar equipment, this $58.5 million might represent a typical or even moderate investment. Conversely, if such awards are infrequent, it could signify a major upgrade or a new capability acquisition.
What are the potential risks associated with a sole-source award for critical defense communication equipment, and what mitigation strategies are in place?
The primary risks associated with a sole-source award for critical defense communication equipment include higher costs due to lack of competition, potential for vendor lock-in, reduced innovation incentives, and supply chain vulnerabilities if the sole source faces disruptions. Mitigation strategies often involve rigorous negotiation of terms and pricing, establishing clear performance standards, requiring robust warranties and support, and potentially developing alternative sources or technologies over the long term. The government might also conduct thorough market research even for sole-source justifications to ensure no viable alternatives exist. For this specific contract, the firm fixed-price structure helps mitigate cost overrun risks, and Raytheon's established position may imply a degree of reliability, though the inherent risks of sole-sourcing remain.
Industry Classification
NAICS: Manufacturing › Communications Equipment Manufacturing › Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
Product/Service Code: COMM/DETECT/COHERENT RADIATION
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Rockwell Collins Australia PTY Limited
Address: 6380 HOLLISTER AVE, GOLETA, CA, 93117
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: $58,501,152
Exercised Options: $58,501,152
Current Obligation: $58,501,152
Subaward Activity
Number of Subawards: 8
Total Subaward Amount: $1,632,080
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: N0038322DT001
IDV Type: IDC
Timeline
Start Date: 2024-01-01
Current End Date: 2025-12-31
Potential End Date: 2025-12-31 00:00:00
Last Modified: 2025-08-01
More Contracts from Raytheon Company
- Federal Contract — $5.7B (Department of Defense)
- TEN Fire Units for Qatar — $5.6B (Department of Defense)
- GPS Advanced Control Segment (OCX) Phase B Blocks 1 and 2 — $4.5B (Department of Defense)
- An/Spy-6(v) Hardware Production — $3.3B (Department of Defense)
- Predominant - Patriot UAE — $3.0B (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)