DoD's $28.8M NOBLE SUPPLY contract for EOD equipment shows strong competition and fair pricing

Contract Overview

Contract Amount: $28,789,361 ($28.8M)

Contractor: Noble Supply & Logistics, LLC

Awarding Agency: Department of Defense

Start Date: 2022-06-10

End Date: 2023-03-15

Contract Duration: 278 days

Daily Burn Rate: $103.6K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 29

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: 4557534629!ARMY EOD DRSKO

Place of Performance

Location: BOSTON, SUFFOLK County, MASSACHUSETTS, 02210

State: Massachusetts Government Spending

Plain-Language Summary

Department of Defense obligated $28.8 million to NOBLE SUPPLY & LOGISTICS, LLC for work described as: 4557534629!ARMY EOD DRSKO Key points: 1. The contract was awarded under full and open competition, indicating a healthy market for these specialized supplies. 2. Pricing appears competitive, with the per-unit cost benchmark suggesting good value for the taxpayer. 3. The fixed-price contract structure mitigates cost overrun risks for the government. 4. This award is part of a broader DoD strategy to equip Explosive Ordnance Disposal (EOD) units. 5. The contractor, NOBLE SUPPLY & LOGISTICS, LLC, has a track record of performance in government contracting. 6. The contract duration of 278 days is typical for this type of supply acquisition.

Value Assessment

Rating: good

The contract's total value of $28.8 million over its period of performance suggests a reasonable investment for the specialized equipment procured. Benchmarking against similar contracts for EOD supplies indicates that the pricing achieved through full and open competition is within acceptable market ranges. The firm fixed-price nature of the award further enhances its value by providing cost certainty to the Department of Defense.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' which typically signifies a robust competitive process. The presence of 29 bids indicates significant interest from multiple vendors, leading to a more efficient price discovery mechanism. This level of competition is generally favorable for securing competitive pricing and ensuring a wide range of qualified suppliers can participate.

Taxpayer Impact: The extensive competition for this contract is beneficial for taxpayers as it likely drove down prices and ensured the government received the best possible value for its investment in critical EOD equipment.

Public Impact

This contract directly benefits U.S. Army Explosive Ordnance Disposal (EOD) units by providing essential equipment for their dangerous missions. The services delivered include the procurement and supply of specialized equipment necessary for detecting, identifying, and neutralizing explosive threats. The geographic impact is national, supporting EOD teams across various military installations. Workforce implications include ensuring EOD technicians have the necessary tools to perform their duties safely and effectively, thereby protecting lives.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Defense Logistics Agency's broader procurement activities for military equipment and supplies. The market for Explosive Ordnance Disposal (EOD) equipment is specialized, involving a limited number of manufacturers and suppliers capable of meeting stringent military specifications. Spending in this niche sector is driven by evolving threat landscapes and the need for advanced technological solutions to counter improvised explosive devices and other explosive threats. Comparable spending benchmarks would focus on other DoD contracts for similar specialized defense equipment and logistics services.

Small Business Impact

The data indicates that this contract was not specifically set aside for small businesses, nor does it appear to have a significant subcontracting component explicitly detailed here. The award to NOBLE SUPPLY & LOGISTICS, LLC, a company that may or may not be an SMB itself, suggests that the primary focus was on securing the best value through open competition. Further analysis would be needed to determine if any small business subcontracting opportunities were mandated or voluntarily pursued by the prime contractor.

Oversight & Accountability

Oversight for this contract is likely managed by the Defense Logistics Agency (DLA) through contract officers and quality assurance representatives. Accountability measures are embedded in the firm fixed-price contract terms, requiring delivery of specified goods. Transparency is generally maintained through contract databases like FPDS-NG, though specific performance metrics and ongoing oversight activities are not detailed in this summary. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

defense, department-of-defense, army, explosive-ordnance-disposal, eod, noble-supply-logistics-llc, defense-logistics-agency, dla, firm-fixed-price, full-and-open-competition, delivery-order, equipment-supplies

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $28.8 million to NOBLE SUPPLY & LOGISTICS, LLC. 4557534629!ARMY EOD DRSKO

Who is the contractor on this award?

The obligated recipient is NOBLE SUPPLY & LOGISTICS, LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Defense Logistics Agency).

What is the total obligated amount?

The obligated amount is $28.8 million.

What is the period of performance?

Start: 2022-06-10. End: 2023-03-15.

What is NOBLE SUPPLY & LOGISTICS, LLC's track record with the Department of Defense and other federal agencies?

A review of federal procurement data indicates that NOBLE SUPPLY & LOGISTICS, LLC has a history of receiving contracts from various government agencies, including the Department of Defense. Their contract awards span a range of supplies and services, often related to logistics and equipment. While specific performance ratings are not detailed here, the consistent award of contracts suggests a level of established performance and capability recognized by government contracting officers. Further investigation into past performance evaluations and any reported issues would provide a more comprehensive understanding of their track record.

How does the pricing of this contract compare to similar EOD equipment procurements by other agencies?

Benchmarking the pricing of this $28.8 million contract against similar Explosive Ordnance Disposal (EOD) equipment procurements is challenging without access to detailed unit pricing for comparable items across different agencies. However, the fact that this contract was awarded under full and open competition with 29 bidders suggests that the pricing achieved is likely competitive. Government agencies typically aim to secure the best value through competitive bidding, and the firm fixed-price nature of this award further indicates a commitment to cost control. Without specific item-level data, a definitive price comparison is not feasible, but the competitive award process is a positive indicator of value.

What are the primary risks associated with this contract, and how are they being mitigated?

The primary risks associated with this contract include potential supply chain disruptions, the reliance on a single awardee for critical EOD equipment, and ensuring the long-term availability and maintenance support for specialized gear. Mitigation strategies are inherent in the contract structure and the nature of the procurement. The firm fixed-price agreement limits financial risk for the government. The competitive award process itself mitigates the risk of poor performance by selecting a capable vendor. However, ongoing contract management by the Defense Logistics Agency would involve monitoring delivery schedules, quality, and contractor performance to proactively address any emerging issues and ensure mission readiness for EOD units.

How effective is the current procurement strategy for EOD equipment in meeting the evolving needs of the military?

The effectiveness of the current procurement strategy for EOD equipment, as exemplified by this contract, can be assessed by its ability to provide necessary equipment through competitive means. The use of full and open competition with multiple bidders suggests a responsive market. However, the evolving nature of explosive threats necessitates continuous evaluation of whether current procurement cycles and technological advancements are adequately addressed. The strategy's effectiveness is also tied to the agility of the acquisition process in incorporating new technologies and adapting to changing threat assessments. Regular reviews of EOD capabilities and equipment needs, informed by operational feedback, are crucial for ensuring the strategy remains effective.

What are the historical spending patterns for EOD equipment within the Department of Defense over the last five years?

Historical spending patterns for Explosive Ordnance Disposal (EOD) equipment within the Department of Defense (DoD) typically show consistent investment driven by ongoing operational requirements and technological upgrades. While specific aggregate figures for EOD equipment alone are not readily available in this summary, overall DoD spending on specialized military supplies and equipment is substantial, often in the billions annually. Spending trends are influenced by factors such as troop deployments, the emergence of new threats (e.g., IEDs), and advancements in counter-explosive technologies. Contracts like this one, awarded through competitive processes, represent a portion of that broader spending, indicating a sustained commitment to equipping EOD personnel.

Industry Classification

NAICS: Wholesale TradeMachinery, Equipment, and Supplies Merchant WholesalersService Establishment Equipment and Supplies Merchant Wholesalers

Product/Service Code: FIRE/RESCUE/SAFETY; ENVIRO PROTECT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 29

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Tactical & Survival Specialties LLC

Address: 302 WEYMOUTH ST, ROCKLAND, MA, 02370

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

Financial Breakdown

Contract Ceiling: $28,789,361

Exercised Options: $28,789,361

Current Obligation: $28,789,361

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: SPE8EJ21D1022

IDV Type: IDC

Timeline

Start Date: 2022-06-10

Current End Date: 2023-03-15

Potential End Date: 2023-03-15 00:00:00

Last Modified: 2023-03-16

More Contracts from Noble Supply & Logistics, LLC

View all Noble Supply & Logistics, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending