Boeing's F/A-18 Growler Block II Contract Exceeds $53M, Raises Concerns Over Competition

Contract Overview

Contract Amount: $53,140,994 ($53.1M)

Contractor: THE Boeing Company

Awarding Agency: Department of Defense

Start Date: 2019-02-21

End Date: 2023-06-13

Contract Duration: 1,573 days

Daily Burn Rate: $33.8K/day

Competition Type: NOT COMPETED

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: IGF::OT::IGF F/A-18 GROWLER BLOCK II SCS

Place of Performance

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

State: Missouri Government Spending

Plain-Language Summary

Department of Defense obligated $53.1 million to THE BOEING COMPANY for work described as: IGF::OT::IGF F/A-18 GROWLER BLOCK II SCS Key points: 1. Significant contract value of $53.14M awarded to The Boeing Company. 2. Lack of competition raises questions about price discovery and potential overspending. 3. The contract is for aircraft manufacturing, a critical defense sector. 4. Potential risks associated with sole-source awards and limited oversight.

Value Assessment

Rating: questionable

The contract's Cost Plus Fixed Fee (CPFF) structure, combined with a lack of competition, makes it difficult to benchmark pricing effectively against similar contracts. Without competitive bids, there's a higher risk of the government paying more than necessary.

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 mechanisms and potentially leads to higher costs for taxpayers as there is no competitive pressure to drive down prices.

Taxpayer Impact: The absence of competition on this $53.14M contract means taxpayers may have paid a premium, as the government did not benefit from the price reductions typically achieved through a competitive bidding process.

Public Impact

Taxpayers may be overpaying due to the lack of competitive bidding. The sole-source nature of the award could indicate a lack of available alternatives or a strategic decision that warrants further scrutiny. The long duration of the contract (over 3 years) amplifies the potential financial impact of non-competitive pricing.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award
  • Cost-plus contract type
  • Lack of transparency in pricing

Positive Signals

  • Awarded to a major defense contractor with proven capabilities

Sector Analysis

This contract falls within the Defense sector, specifically Aircraft Manufacturing. Spending benchmarks in this area are highly variable due to technological complexity and R&D costs. However, non-competitive awards in such a significant sector warrant close examination.

Small Business Impact

The data does not indicate any specific provisions or awards made to small businesses under this contract. Further analysis would be needed to determine if small business participation was considered or achieved.

Oversight & Accountability

The sole-source nature of this contract suggests that oversight should focus on the justification for non-competition and the rigorous monitoring of costs to ensure fair pricing and prevent potential waste, fraud, or abuse.

Related Government Programs

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

Risk Flags

  • Sole-source award lacks competitive pricing.
  • Cost-plus contract type can lead to cost overruns.
  • Potential for reduced innovation due to lack of competition.
  • Long contract duration increases financial risk.
  • Limited visibility into specific cost drivers.

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 $53.1 million to THE BOEING COMPANY. IGF::OT::IGF F/A-18 GROWLER BLOCK II SCS

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 $53.1 million.

What is the period of performance?

Start: 2019-02-21. End: 2023-06-13.

What was the justification for awarding this contract on a sole-source basis, and were alternative solutions explored?

The justification for a sole-source award is critical for understanding why competition was bypassed. Agencies typically require detailed documentation demonstrating that only one source can meet the requirement, or that compelling urgency, national security, or specific technological needs necessitate a sole-source approach. Exploring alternatives is a standard part of procurement regulations to ensure the government obtains the best value.

How were costs validated and controlled under this Cost Plus Fixed Fee (CPFF) contract, given the lack of competition?

With a CPFF contract and no competition, cost validation relies heavily on robust government oversight, including detailed audits of contractor expenses and performance. The fixed fee component provides some incentive for efficiency, but the government must diligently monitor all allowable costs to prevent overruns and ensure the final price reflects reasonable expenditures for the delivered product.

What is the long-term strategic value and necessity of the F/A-18 Growler Block II SCS, and does it justify a sole-source procurement approach?

The long-term strategic value of the F/A-18 Growler Block II SCS is tied to its role in electronic warfare capabilities for the Navy. If this specific configuration or upgrade is unique to Boeing's platform and essential for current operational needs, it might justify a sole-source approach. However, continuous assessment is needed to ensure this remains the most effective and cost-efficient solution over time.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingAircraft Manufacturing

Product/Service Code: MODIFICATION OF EQUIPMENTMODIFICATION OF EQUIPMENT

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: N6893615R0072

Pricing Type: COST PLUS FIXED FEE (U)

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: $77,500,707

Exercised Options: $77,500,707

Current Obligation: $53,140,994

Subaward Activity

Number of Subawards: 16

Total Subaward Amount: $33,949,751

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: N6893618D0026

IDV Type: IDC

Timeline

Start Date: 2019-02-21

Current End Date: 2023-06-13

Potential End Date: 2023-06-13 00:00:00

Last Modified: 2023-09-29

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