Northrop Grumman awarded $21.2M for B-2 bomber sustainment, raising questions on competition and value

Contract Overview

Contract Amount: $21,158,519 ($21.2M)

Contractor: Northrop Grumman Systems Corp

Awarding Agency: Department of Defense

Start Date: 2011-01-01

End Date: 2014-09-30

Contract Duration: 1,368 days

Daily Burn Rate: $15.5K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: B-2 CY11 ICS REPAIR DELIVERY ORDER

Place of Performance

Location: PALMDALE, LOS ANGELES County, CALIFORNIA, 93550

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $21.2 million to NORTHROP GRUMMAN SYSTEMS CORP for work described as: B-2 CY11 ICS REPAIR DELIVERY ORDER Key points: 1. Contract awarded on a sole-source basis, limiting price discovery and potentially increasing costs. 2. Significant duration of the contract (over 3 years) suggests a long-term need for sustainment services. 3. The contract type (Cost Plus Fixed Fee) can incentivize cost overruns, requiring robust oversight. 4. Focus on sustainment for a high-value asset like the B-2 indicates critical national security implications. 5. Lack of competition raises concerns about whether the government secured the best possible price. 6. The specific nature of aircraft manufacturing and repair often involves specialized knowledge, potentially justifying limited competition in some cases.

Value Assessment

Rating: questionable

Benchmarking the value of this contract is challenging due to its sole-source nature and the specialized services provided for the B-2 bomber. Without competitive bids, it's difficult to ascertain if the $21.2 million represents a fair market price. The Cost Plus Fixed Fee (CPFF) contract type, while common for complex R&D or sustainment, carries inherent risks of cost escalation. The government must ensure rigorous oversight to manage costs effectively and verify that the fixed fee remains appropriate for the work performed. Comparison to similar sustainment contracts for other high-value military aircraft would be necessary for a more definitive value assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning only one contractor, Northrop Grumman Systems Corp, was solicited. This approach is typically justified when only one responsible source is available or when urgent and compelling circumstances exist. The lack of competition means there was no opportunity for other qualified companies to bid, which can limit price discovery and potentially lead to higher costs for the government. The justification for sole-source procurement in this case would need to be thoroughly documented and reviewed to ensure it was appropriate.

Taxpayer Impact: Sole-source awards mean taxpayers do not benefit from the cost savings that can arise from a competitive bidding process. This can result in higher overall spending for essential defense services.

Public Impact

The primary beneficiaries are the U.S. Air Force and the B-2 bomber program, ensuring the continued operational readiness of this strategic asset. Services delivered include sustainment and repair for the B-2 bomber fleet, crucial for national defense. The geographic impact is primarily within the United States, supporting defense infrastructure and operations. Workforce implications include the employment of highly skilled engineers, technicians, and support staff at Northrop Grumman, maintaining specialized aerospace expertise.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pressure on pricing.
  • Cost Plus Fixed Fee contract type can incentivize higher costs if not closely managed.
  • Lack of transparency in the procurement process due to sole-sourcing.
  • Potential for cost overruns without robust government oversight.
  • Specialized nature of B-2 sustainment may create barriers to entry for potential competitors.

Positive Signals

  • Contract awarded to a known incumbent with extensive experience on the B-2 platform.
  • Sustainment of a critical national security asset ensures operational readiness.
  • Fixed fee component provides some level of cost predictability for the government.
  • Long-term contract suggests a stable and predictable need for these services.

Sector Analysis

This contract falls within the aerospace and defense manufacturing sector, specifically focusing on the sustainment and maintenance of advanced military aircraft. The market for such specialized services is highly concentrated, often dominated by original equipment manufacturers due to proprietary knowledge and unique tooling requirements. The total addressable market for military aircraft sustainment is substantial, driven by the ongoing need to maintain aging fleets and ensure operational readiness. Benchmarks for similar sustainment contracts are difficult to establish publicly due to the classified or sensitive nature of many defense programs.

Small Business Impact

This contract does not appear to have a small business set-aside component, as indicated by 'sb': false. Given the specialized nature of B-2 bomber sustainment, it is unlikely that small businesses would be primary contractors. However, Northrop Grumman may engage small businesses as subcontractors for specific components or services, though this is not explicitly detailed in the provided data. The impact on the small business ecosystem would depend on the extent of subcontracting opportunities created.

Oversight & Accountability

Oversight for this contract would primarily reside with the Department of the Air Force, likely through program management offices and contracting officers. Given the Cost Plus Fixed Fee structure, rigorous financial oversight and auditing are crucial to monitor expenditures and ensure the fixed fee remains justified. Transparency may be limited due to the sole-source nature and the sensitive defense context. Inspector General jurisdiction would apply for investigations into fraud, waste, or abuse.

Related Government Programs

  • B-2 Bomber Modernization Programs
  • Air Force Aircraft Maintenance Contracts
  • Defense Contractor Sustainment Services
  • Aerospace Manufacturing and Repair
  • Cost Plus Fixed Fee Contracts

Risk Flags

  • Sole-source procurement
  • Cost-plus contract type
  • Lack of competitive bidding
  • Potential for cost overruns
  • Limited transparency

Tags

defense, northrop-grumman, b-2-bomber, aircraft-manufacturing, sustainment, delivery-order, sole-source, cost-plus-fixed-fee, department-of-the-air-force, california, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $21.2 million to NORTHROP GRUMMAN SYSTEMS CORP. B-2 CY11 ICS REPAIR DELIVERY ORDER

Who is the contractor on this award?

The obligated recipient is NORTHROP GRUMMAN SYSTEMS CORP.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Air Force).

What is the total obligated amount?

The obligated amount is $21.2 million.

What is the period of performance?

Start: 2011-01-01. End: 2014-09-30.

What is Northrop Grumman's track record with the B-2 program and similar complex aircraft sustainment contracts?

Northrop Grumman Systems Corp is the prime contractor for the B-2 Spirit stealth bomber, responsible for its development, production, and ongoing sustainment. Their long-standing relationship with the B-2 program provides them with unique institutional knowledge, proprietary data, and specialized facilities essential for its maintenance. This deep integration suggests a strong track record in managing the complexities of the B-2's advanced systems. While specific financial details of past sustainment contracts are often not public, Northrop Grumman consistently secures significant portions of the defense budget for aircraft manufacturing and sustainment across various platforms, indicating a generally accepted capability and reliability in this niche market. Their performance on the B-2 is critical to national security, implying a high level of scrutiny and a vested interest in maintaining operational readiness.

How does the $21.2 million contract value compare to historical spending on B-2 sustainment?

Direct comparison of this specific $21.2 million delivery order to historical B-2 sustainment spending is challenging without access to detailed historical contract data. Annual sustainment costs for complex platforms like the B-2 can fluctuate significantly based on the scope of work, number of aircraft requiring maintenance, and specific upgrades or repairs needed in a given year. Northrop Grumman has historically received substantial funding for the B-2 program, often in the hundreds of millions of dollars annually for sustainment and modernization efforts. This $21.2 million likely represents a portion of the total annual sustainment budget allocated for specific repair and maintenance tasks during the contract period (2011-2014). To provide a precise comparison, one would need to aggregate all sustainment-related delivery orders and contracts for the B-2 program across fiscal years.

What are the primary risks associated with a sole-source, Cost Plus Fixed Fee (CPFF) contract for aircraft sustainment?

The primary risks associated with a sole-source, CPFF contract for aircraft sustainment are twofold. Firstly, the sole-source nature eliminates competitive pressure, potentially leading to inflated pricing as the contractor faces no market alternatives. This lack of competition hinders the government's ability to secure the best value. Secondly, the CPFF contract type, while providing flexibility for uncertain scope, shifts much of the cost risk to the government. The contractor is reimbursed for allowable costs plus a fixed fee representing profit. This structure can incentivize the contractor to incur higher costs, as their profit margin (the fixed fee) remains constant regardless of the total cost incurred. Effective mitigation requires robust government oversight, detailed cost auditing, and stringent performance metrics to ensure efficiency and prevent cost overruns.

What does the duration of the contract (1368 days) imply about the nature of the B-2 sustainment requirements?

The contract duration of approximately 1368 days (roughly 3.75 years) implies that the sustainment requirements for the B-2 bomber are long-term and ongoing, rather than addressing a one-off repair. This extended period suggests a need for continuous maintenance, scheduled servicing, component replacements, and potentially minor modifications to ensure the fleet's operational readiness over several years. Such long-term contracts are typical for complex weapon systems where maintaining performance, reliability, and safety is a continuous effort. It also indicates a stable requirement from the Department of the Air Force for these specific sustainment services, allowing the contractor to plan resources and personnel accordingly.

Are there any indications of potential cost savings or efficiencies missed due to the lack of competition?

The data strongly suggests that potential cost savings were likely missed due to the lack of competition. Sole-source procurements inherently bypass the price discovery mechanism inherent in competitive bidding. In a competitive environment, multiple firms would vie for the contract, driving down prices through innovation and efficiency. Without this pressure, Northrop Grumman was not compelled to offer its lowest possible price. Furthermore, the CPFF structure, while sometimes necessary, can exacerbate cost inefficiencies if not tightly managed. The absence of competitive benchmarking means it's difficult to quantify the exact amount of savings foregone, but it is a standard expectation that competitive processes yield better value for taxpayer dollars compared to sole-source awards.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingAircraft Manufacturing

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Offers Received: 1

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Parent Company: Northrop Grumman Corporation

Address: 3520 E AVE M, PALMDALE, CA, 93550

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $21,158,519

Exercised Options: $21,158,519

Current Obligation: $21,158,519

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: F3365799D0028

IDV Type: IDC

Timeline

Start Date: 2011-01-01

Current End Date: 2014-09-30

Potential End Date: 2018-09-30 00:00:00

Last Modified: 2022-10-29

More Contracts from Northrop Grumman Systems Corp

View all Northrop Grumman Systems Corp federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending