DoD awards $301M for F-18 flight control surfaces to Boeing, raising concerns over competition

Contract Overview

Contract Amount: $301,171,783 ($301.2M)

Contractor: THE Boeing Company

Awarding Agency: Department of Defense

Start Date: 2016-08-01

End Date: 2022-11-30

Contract Duration: 2,312 days

Daily Burn Rate: $130.3K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: 17 F18 A-D FLIGHT CONTROL SURFACE NIINS

Place of Performance

Location: RIDLEY PARK, DELAWARE County, PENNSYLVANIA, 19078

State: Pennsylvania Government Spending

Plain-Language Summary

Department of Defense obligated $301.2 million to THE BOEING COMPANY for work described as: 17 F18 A-D FLIGHT CONTROL SURFACE NIINS Key points: 1. Significant contract value of $301M for critical aircraft components. 2. Sole reliance on Boeing for F-18 flight control surfaces limits market options. 3. Potential for inflated costs due to lack of competitive bidding. 4. Spending falls within the Defense sector, specifically aircraft parts manufacturing.

Value Assessment

Rating: questionable

The contract value of $301M for F-18 flight control surfaces appears high given the lack of competition. Benchmarking against similar sole-source contracts for specialized aircraft parts is difficult but suggests potential for overpayment without competitive pressure.

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 lack of competition likely resulted in less favorable pricing for the government, as there was no market pressure to drive down costs.

Taxpayer Impact: Taxpayers may be overpaying for these critical flight control surfaces due to the absence of a competitive bidding process.

Public Impact

Ensures continued operational readiness for F-18 aircraft. Supports a major defense contractor and its supply chain. Raises questions about long-term sustainment costs for aging aircraft fleets.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition
  • Sole-source award
  • High contract value

Positive Signals

  • Ensures availability of critical parts
  • Supports existing fleet readiness

Sector Analysis

This spending is within the aerospace and defense manufacturing sector, specifically for aircraft parts. Benchmarks for sole-source awards in this niche can be difficult to establish, but typically involve higher costs than competed contracts.

Small Business Impact

This contract was awarded to The Boeing Company, a large prime contractor. There is no indication that small businesses were involved in this specific award, either as subcontractors or direct awardees.

Oversight & Accountability

The sole-source nature of this award warrants further oversight to ensure the pricing is fair and reasonable. The Defense Logistics Agency should have robust justification for not pursuing competitive options.

Related Government Programs

  • Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Department of Defense Contracting
  • Defense Logistics Agency Programs

Risk Flags

  • Lack of competition
  • Potential for cost overruns
  • Sole-source dependency
  • Limited transparency in pricing

Tags

other-aircraft-parts-and-auxiliary-equip, department-of-defense, pa, delivery-order, 100m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $301.2 million to THE BOEING COMPANY. 17 F18 A-D FLIGHT CONTROL SURFACE NIINS

Who is the contractor on this award?

The obligated recipient is THE BOEING COMPANY.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $301.2 million.

What is the period of performance?

Start: 2016-08-01. End: 2022-11-30.

What is the justification for awarding this contract sole-source to Boeing, and were alternative sourcing strategies considered?

The justification for a sole-source award typically centers on unique capabilities, proprietary technology, or the inability of other sources to meet the requirement. For critical aircraft components like flight control surfaces, there might be specific technical requirements or existing integration challenges that favor the original equipment manufacturer. However, the agency should have explored options for competitive prototyping or second-sourcing to mitigate cost and ensure long-term supply chain resilience.

How does the pricing of this sole-source contract compare to historical data or industry benchmarks for similar components, if available?

Without access to proprietary data or specific industry benchmarks for F-18 flight control surfaces, a direct price comparison is challenging. However, sole-source contracts are generally expected to be more expensive than competitively awarded ones. The Defense Contract Audit Agency (DCAA) or similar oversight bodies would typically scrutinize the cost proposals to ensure they are fair and reasonable, but the absence of competition inherently limits the government's leverage in price negotiations.

What is the long-term strategy for ensuring a competitive and cost-effective supply of these critical components beyond the current contract duration?

The long-term strategy should involve actively seeking opportunities to introduce competition. This could include market research to identify potential new suppliers, investing in technology transfer to enable other manufacturers, or developing standardized components that are less proprietary. The agency should also consider the total lifecycle cost, including sustainment and potential obsolescence, when planning for future procurements to avoid locking into high-cost, single-source arrangements.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingOther Aircraft Parts and Auxiliary Equipment Manufacturing

Product/Service Code: AEROSPACE CRAFT COMPONENTS AND ACCESSORIES

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

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: $304,742,188

Exercised Options: $304,742,188

Current Obligation: $301,171,783

Subaward Activity

Number of Subawards: 105

Total Subaward Amount: $51,234,635

Contract Characteristics

Consolidated Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: SPRPA114D002U

IDV Type: IDC

Timeline

Start Date: 2016-08-01

Current End Date: 2022-11-30

Potential End Date: 2022-11-30 00:00:00

Last Modified: 2025-11-14

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