DoD's V-22 Osprey sustainment contract awarded to Bell Boeing JPO for $34.7M, raising value-for-money questions

Contract Overview

Contract Amount: $34,722,316 ($34.7M)

Contractor: Bell Boeing Joint Project Office

Awarding Agency: Department of Defense

Start Date: 2025-12-01

End Date: 2026-09-30

Contract Duration: 303 days

Daily Burn Rate: $114.6K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: V-22 ENGINEERING AND LOGISTICS SUSTAINMENT SUPPORT - POP 3

Place of Performance

Location: AMARILLO, POTTER County, TEXAS, 79111

State: Texas Government Spending

Plain-Language Summary

Department of Defense obligated $34.7 million to BELL BOEING JOINT PROJECT OFFICE for work described as: V-22 ENGINEERING AND LOGISTICS SUSTAINMENT SUPPORT - POP 3 Key points: 1. Contract awarded on a sole-source basis, limiting price competition and potentially increasing costs. 2. The contract covers engineering and logistics support, crucial for the operational readiness of the V-22 fleet. 3. Performance period of 303 days suggests a focus on immediate sustainment needs. 4. Lack of competition is a significant risk indicator for achieving optimal value. 5. The firm-fixed-price contract type aims to control costs, but sole-source nature may negate this benefit. 6. This award represents a small fraction of the total V-22 program's lifecycle costs.

Value Assessment

Rating: questionable

Benchmarking the value of this sole-source contract is challenging due to the absence of competitive bids. The $34.7 million award for approximately 10 months of support suggests a high daily burn rate. Without comparable contract data or market analysis for V-22 specific sustainment, it's difficult to definitively assess if the pricing is fair. The lack of competition inherently raises concerns about whether taxpayers are receiving the best possible value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning only one vendor, the Bell Boeing Joint Project Office, was solicited. This approach bypasses the standard competitive bidding process, which typically involves multiple companies vying for the contract. While sole-source awards can be justified in specific circumstances, such as when only one entity possesses the required expertise or technology, it significantly reduces the potential for price discovery and innovation that competition fosters.

Taxpayer Impact: Sole-source awards mean taxpayers do not benefit from the cost savings that can arise from a competitive bidding environment, potentially leading to higher overall expenditures for government services.

Public Impact

The primary beneficiaries are the U.S. military branches operating the V-22 Osprey tiltrotor aircraft, ensuring their continued operational capability. Services delivered include critical engineering and logistics support essential for maintaining the airworthiness and readiness of the V-22 fleet. The geographic impact is national, supporting V-22 operations across various military installations. Workforce implications include the continued employment of specialized engineers and logistics personnel within the Bell Boeing Joint Project Office.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pressure, potentially leading to higher costs.
  • Lack of transparency in pricing due to no competitive bidding.
  • Dependence on a single provider for critical sustainment services.
  • Potential for cost overruns if not closely monitored due to lack of market comparison.

Positive Signals

  • Award to the established joint venture responsible for V-22 production ensures continuity of support.
  • Firm-fixed-price contract structure provides some cost certainty.
  • Focus on engineering and logistics directly addresses operational readiness needs.

Sector Analysis

The aerospace and defense sector is characterized by high barriers to entry, complex technologies, and significant government investment. Sustainment contracts like this are vital for maintaining the operational readiness of sophisticated military platforms. The V-22 Osprey is a unique platform, and specialized support from its original manufacturers, Bell and Boeing, is often necessary. However, the market for such specialized sustainment can sometimes lack robust competition, leading to sole-source awards.

Small Business Impact

This contract does not appear to involve small business set-asides, as it was awarded sole-source to the Bell Boeing Joint Project Office. There is no explicit indication of subcontracting opportunities for small businesses within the provided data. The focus on specialized engineering and logistics support for a unique platform like the V-22 may limit the scope for broad small business participation, unless specific components or services are outsourced.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Defense and the Defense Logistics Agency. As a sole-source award, scrutiny on pricing and performance is crucial. Accountability measures would involve performance metrics outlined in the contract and regular reporting. Transparency may be limited due to the non-competitive nature, but contract award details are publicly available. The Inspector General's office within the DoD would have jurisdiction to investigate any potential fraud, waste, or abuse.

Related Government Programs

  • V-22 Osprey Aircraft Procurement
  • Aerospace Engineering Services
  • Defense Logistics Support
  • Military Aircraft Maintenance
  • Joint Project Office Contracts

Risk Flags

  • Sole-source award
  • Lack of competition
  • Potential for cost overruns
  • Limited price transparency

Tags

defense, department-of-defense, defense-logistics-agency, v-22-osprey, sustainment-support, engineering-services, logistics-services, sole-source, firm-fixed-price, texas, aircraft-maintenance

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $34.7 million to BELL BOEING JOINT PROJECT OFFICE. V-22 ENGINEERING AND LOGISTICS SUSTAINMENT SUPPORT - POP 3

Who is the contractor on this award?

The obligated recipient is BELL BOEING JOINT PROJECT OFFICE.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $34.7 million.

What is the period of performance?

Start: 2025-12-01. End: 2026-09-30.

What is the historical spending trend for V-22 engineering and logistics sustainment support?

Analyzing historical spending for V-22 engineering and logistics sustainment requires access to detailed contract databases beyond the provided data. Typically, sustainment costs for complex platforms like the V-22 are substantial and span many years. Without specific historical contract awards for this particular service category (e.g., POP 1, POP 2), it's impossible to establish a trend. However, it is common for sustainment costs to increase over the lifecycle of an aircraft as components age and require more intensive maintenance or replacement. The current $34.7 million award for POP 3 represents a single data point, and its relation to previous or future spending would depend on the scope and duration of those other contract actions.

How does the cost per day for this contract compare to similar military aircraft sustainment contracts?

The daily cost for this contract can be estimated by dividing the total award amount ($34,722,316.38) by the contract duration in days (303 days), resulting in approximately $114,595 per day. Comparing this figure to similar military aircraft sustainment contracts is challenging without specific data on comparable platforms and service scopes. However, sustainment costs for advanced military aircraft are generally high due to the complexity of the systems, specialized labor, and stringent maintenance requirements. The V-22's unique tiltrotor technology likely contributes to its specific sustainment cost profile. A comprehensive benchmark would require analyzing contracts for other tiltrotor aircraft or complex multi-mission platforms, considering factors like fleet size, operational tempo, and specific support elements included.

What are the specific engineering and logistics services covered under this contract?

The contract data indicates 'V-22 ENGINEERING AND LOGISTICS SUSTAINMENT SUPPORT - POP 3'. While the specific line items are not detailed, this typically encompasses a range of activities crucial for maintaining the operational readiness of the V-22 fleet. Engineering support likely includes technical assistance, troubleshooting, design modifications, reliability analysis, and obsolescence management. Logistics support generally covers supply chain management, inventory control, maintenance planning, repair services, and ensuring the availability of spare parts and equipment. The 'POP 3' designation suggests this is the third period of performance for this type of support, implying a continuation of previously provided services.

What is the track record of the Bell Boeing Joint Project Office in providing V-22 sustainment?

The Bell Boeing Joint Project Office (JPO) is the entity responsible for the development, production, and sustainment of the V-22 Osprey. As the original equipment manufacturer (OEM) and program integrator, their track record in providing V-22 sustainment is extensive, dating back to the aircraft's introduction. They possess the unique technical knowledge, proprietary data, and established infrastructure necessary for supporting this complex platform. While specific performance metrics for past sustainment contracts (like POP 1 and POP 2) are not detailed here, the continued awarding of sole-source contracts suggests a perceived necessity for their specialized capabilities. However, the long-term reliance on a single provider also warrants scrutiny regarding efficiency and cost-effectiveness over time.

Are there any identified risks associated with the sole-source nature of this award?

Yes, the primary risk associated with the sole-source nature of this award is the lack of competitive pressure, which can lead to inflated pricing and reduced incentives for efficiency and innovation. Without competing bids, the government has less leverage to negotiate favorable terms and may end up paying more than necessary for the services. Furthermore, sole-source awards can create a dependency on a single contractor, potentially limiting flexibility and increasing vulnerability if the contractor faces performance issues or financial instability. This lack of competition also reduces transparency in pricing, making it harder to benchmark the value received against market alternatives.

What oversight mechanisms are in place to ensure the effective performance and fair pricing of this contract?

Oversight for this contract is managed by the Department of Defense, specifically through the Defense Logistics Agency (DLA), which awarded the contract. Key oversight mechanisms include the contract's Performance Work Statement (PWS), which defines the required services and performance standards. The Defense Contract Management Agency (DCMA) would likely be involved in monitoring contractor performance and ensuring compliance. As a firm-fixed-price contract, the focus is on meeting the defined scope of work within the agreed price. However, given the sole-source nature, rigorous review of invoices, cost justifications (if applicable), and performance metrics is essential to ensure fair pricing and prevent potential overspending. The DoD Inspector General also provides an independent layer of oversight.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesComputer Systems Design Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: SPRPA123R001U

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 401 TILTROTOR DR, AMARILLO, TX, 79111

Business Categories: Category Business, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $34,722,316

Exercised Options: $34,722,316

Current Obligation: $34,722,316

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: SPRPA124D9001

IDV Type: IDC

Timeline

Start Date: 2025-12-01

Current End Date: 2026-09-30

Potential End Date: 2026-11-30 00:00:00

Last Modified: 2026-01-06

More Contracts from Bell Boeing Joint Project Office

View all Bell Boeing Joint Project Office federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending