DoD's $30.4M Patriot Tech contract with Raytheon raises concerns over limited competition and cost-plus structure

Contract Overview

Contract Amount: $30,420,572 ($30.4M)

Contractor: Raytheon Company

Awarding Agency: Department of Defense

Start Date: 2021-05-06

End Date: 2026-05-05

Contract Duration: 1,825 days

Daily Burn Rate: $16.7K/day

Competition Type: NOT COMPETED

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: PATRIOT TECH PUBS (US)

Place of Performance

Location: ANDOVER, ESSEX County, MASSACHUSETTS, 01810

State: Massachusetts Government Spending

Plain-Language Summary

Department of Defense obligated $30.4 million to RAYTHEON COMPANY for work described as: PATRIOT TECH PUBS (US) Key points: 1. The contract awarded to Raytheon Company for navigation systems is a significant expenditure. 2. Limited competition raises questions about potential overspending and lack of market pressure. 3. The Cost Plus Fixed Fee (CPFF) contract type can incentivize cost overruns. 4. The Defense Logistics Agency is the awarding agency, indicating a focus on military readiness.

Value Assessment

Rating: questionable

The contract's Cost Plus Fixed Fee structure, combined with a lack of competition, suggests potential for inflated costs. Benchmarking against similar navigation system contracts is difficult without more detailed cost breakdowns.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This contract was not competed, indicating a sole-source or limited source award. This significantly restricts price discovery and may lead to higher costs for taxpayers compared to a fully competitive process.

Taxpayer Impact: The lack of competition and potentially inefficient contract type could result in millions of taxpayer dollars being spent unnecessarily.

Public Impact

Taxpayers may be overpaying for critical defense navigation systems due to a lack of competitive bidding. The reliance on a single contractor, Raytheon, could stifle innovation in the defense navigation sector. The long duration of the contract (5 years) means potential cost inefficiencies will persist over an extended period.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of Competition
  • Cost-Plus Contract Type
  • Long Contract Duration

Positive Signals

  • Awarded to a known defense contractor
  • Supports critical defense logistics

Sector Analysis

This contract falls within the 'Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing' sector. Spending in this area is crucial for national security, but competitive procurement is vital to ensure value for money.

Small Business Impact

There is no indication that small businesses were involved in this contract, either as prime contractors or subcontractors. This represents a missed opportunity to support small business participation in defense contracting.

Oversight & Accountability

The lack of competition and the CPFF structure warrant closer oversight from the Department of Defense and Congress to ensure cost control and accountability.

Related Government Programs

  • Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Department of Defense Contracting
  • Defense Logistics Agency Programs

Risk Flags

  • Lack of competitive bidding
  • Cost-plus contract type may lead to higher costs
  • Potential for contractor inefficiency
  • Limited transparency on justification for sole-source award
  • No small business participation noted

Tags

search-detection-navigation-guidance-aer, department-of-defense, ma, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $30.4 million to RAYTHEON COMPANY. PATRIOT TECH PUBS (US)

Who is the contractor on this award?

The obligated recipient is RAYTHEON COMPANY.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $30.4 million.

What is the period of performance?

Start: 2021-05-06. End: 2026-05-05.

What specific factors justified the 'NOT COMPETED' determination for this significant contract?

The justification for not competing this contract is not provided in the data. Typically, such determinations are made when only one source can meet the requirement due to unique capabilities, urgent needs, or specific security concerns. However, without further documentation, it's impossible to ascertain the precise rationale, raising questions about whether alternatives were adequately explored.

How does the Cost Plus Fixed Fee (CPFF) structure compare to other contract types in managing risk for navigation system procurements?

CPFF contracts shift much of the cost risk to the government, as the contractor is reimbursed for all allowable costs plus a fixed fee. While it can be useful for research and development or when cost uncertainty is high, it offers less incentive for the contractor to control costs compared to fixed-price contracts. For established systems like navigation instruments, fixed-price contracts often provide better value and cost certainty.

What is the potential impact on technological advancement in navigation systems if contracts are consistently awarded without competition?

Consistently awarding contracts without competition can stifle technological advancement by reducing the incentive for innovation. When a single contractor is guaranteed business, they may face less pressure to invest in research and development or adopt cutting-edge technologies. This can lead to the government procuring outdated systems and missing out on more efficient or effective solutions developed by a competitive market.

Industry Classification

NAICS: ManufacturingNavigational, Measuring, Electromedical, and Control Instruments ManufacturingSearch, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing

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

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Parent Company: Rockwell Collins Australia PTY Limited

Address: 350 LOWELL ST, ANDOVER, MA, 01810

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: $30,420,572

Exercised Options: $30,420,572

Current Obligation: $30,420,572

Contract Characteristics

Consolidated Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: SPRBL115D0017

IDV Type: IDC

Timeline

Start Date: 2021-05-06

Current End Date: 2026-05-05

Potential End Date: 2026-05-05 12:05:00

Last Modified: 2025-04-15

More Contracts from Raytheon Company

View all Raytheon Company federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending