DoD awards $14.25M engineering services task order to Longbow LLC, sole-source

Contract Overview

Contract Amount: $14,253,841 ($14.3M)

Contractor: Longbow LLC

Awarding Agency: Department of Defense

Start Date: 2020-02-06

End Date: 2026-02-16

Contract Duration: 2,202 days

Daily Burn Rate: $6.5K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: UAE FCR IDIQ TASK ORDER AWARD

Place of Performance

Location: ORLANDO, ORANGE County, FLORIDA, 32819

State: Florida Government Spending

Plain-Language Summary

Department of Defense obligated $14.3 million to LONGBOW LLC for work described as: UAE FCR IDIQ TASK ORDER AWARD Key points: 1. Contract awarded on a sole-source basis, limiting competitive pricing benefits. 2. Task order represents a significant portion of Longbow LLC's federal contract activity. 3. Engineering services are critical for defense infrastructure maintenance and upgrades. 4. Contract duration extends over 5 years, indicating a long-term need. 5. Awarded to a single vendor, raising questions about potential price overruns. 6. Geographic focus on Florida suggests specific regional infrastructure requirements.

Value Assessment

Rating: fair

Benchmarking the value of this $14.25 million task order is challenging without more detailed service descriptions and comparable contract data. However, the sole-source nature of the award suggests that the government may not have achieved the most competitive pricing possible. Without a competitive bidding process, it's difficult to definitively assess if the price is aligned with market rates for similar engineering services. Further analysis would require comparing the specific deliverables and labor categories against industry standards and other government contracts for comparable services.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when only one vendor possesses the necessary qualifications, or in urgent situations. The lack of competition means that the government did not benefit from a bidding process that could drive down prices and encourage innovation. It is unclear from the provided data why a sole-source award was deemed necessary for these engineering services.

Taxpayer Impact: Taxpayers may not have received the best possible value due to the absence of a competitive bidding process. This could result in higher costs than if multiple firms had vied for the contract.

Public Impact

The Department of the Army benefits from specialized engineering services for its facilities. Services likely support infrastructure projects, maintenance, or upgrades within Florida. The contract supports the operational readiness and modernization of military installations. Workforce implications include employment for engineers and technical staff at Longbow LLC and potentially subcontractors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits price competition, potentially increasing costs for taxpayers.
  • Lack of transparency in the justification for sole-source procurement.
  • Contract duration of over 5 years may lock in potentially suboptimal pricing.
  • Limited visibility into specific performance metrics and quality assurance.

Positive Signals

  • Award to a single, presumably qualified, vendor ensures continuity of essential services.
  • Long contract duration suggests a stable, long-term requirement met by this vendor.
  • Focus on engineering services indicates support for critical infrastructure development or maintenance.

Sector Analysis

The engineering services sector is a vital component of the federal procurement landscape, supporting a wide array of government functions from infrastructure development to research and development. This contract falls within the broader professional, scientific, and technical services category. The North American Industry Classification System (NAICS) code 541330 (Engineering Services) encompasses firms that provide engineering consulting and design services. Federal spending in this sector is substantial, driven by the needs of agencies like the Department of Defense for complex project management and technical expertise.

Small Business Impact

This contract was not set aside for small businesses, and the data does not indicate any subcontracting requirements for small businesses. Therefore, this award does not appear to directly benefit the small business ecosystem through set-asides or mandated subcontracting. The focus is on a single, likely larger, prime contractor.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of the Army's contracting and program management offices. The Inspector General's office for the Department of Defense may also conduct audits or investigations into contract performance and spending. Transparency is dependent on the level of detail made public regarding the contract's performance metrics and any associated reviews or audits.

Related Government Programs

  • Department of Defense Engineering Services Contracts
  • Army Corps of Engineers Projects
  • Professional, Scientific, and Technical Services Procurement
  • Florida Infrastructure Development Contracts

Risk Flags

  • Sole-source award
  • Lack of competition
  • Potential for overpricing
  • Limited transparency on justification

Tags

department-of-defense, department-of-the-army, engineering-services, sole-source, delivery-order, firm-fixed-price, florida, long-term-contract, professional-services, defense-spending

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $14.3 million to LONGBOW LLC. UAE FCR IDIQ TASK ORDER AWARD

Who is the contractor on this award?

The obligated recipient is LONGBOW LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Army).

What is the total obligated amount?

The obligated amount is $14.3 million.

What is the period of performance?

Start: 2020-02-06. End: 2026-02-16.

What specific engineering services are being provided under this task order, and what is the justification for the sole-source award?

The provided data indicates the contract is for 'Engineering Services' under NAICS code 541330. However, the specific nature of these services (e.g., civil engineering, mechanical engineering, electrical engineering, design, consulting, project management) is not detailed. The justification for the sole-source award is also not provided in the data. Typically, sole-source awards are justified based on factors such as unique capabilities of the contractor, urgent and compelling needs, or when only one responsible source can satisfy the requirement. Without this information, it is difficult to fully assess the necessity and value of this procurement.

How does the $14.25 million value of this task order compare to similar engineering services contracts awarded by the Department of Defense or the Department of the Army?

Comparing the $14.25 million value requires access to a broader dataset of federal contracts. However, for a task order with a duration of over 5 years (2202 days), this amount suggests a substantial, ongoing requirement for engineering services. Larger IDIQ contracts for engineering services can run into hundreds of millions or even billions of dollars, with individual task orders varying significantly based on scope. Without specific details on the services rendered, it's hard to benchmark precisely. However, for a sole-source award, the government would ideally ensure the pricing is fair and reasonable based on internal cost estimates or historical data, though competitive benchmarking is absent.

What are the potential risks associated with awarding a significant engineering services contract on a sole-source basis?

The primary risk of a sole-source award is the potential for reduced value for money due to the lack of competition. Without competing bids, there is less pressure on the contractor to offer the lowest possible price. This can lead to higher costs for the government and, consequently, taxpayers. Other risks include a potential decrease in service quality if the contractor faces no competitive pressure, and a lack of incentive for innovation. Furthermore, sole-source awards can sometimes raise concerns about fairness and transparency in the procurement process, especially if the justification is not robust or publicly available.

What is Longbow LLC's track record with federal contracts, particularly within the Department of Defense and for engineering services?

The provided data identifies Longbow LLC as the contractor for this $14.25 million task order. To assess their track record, one would need to examine their past performance on other federal contracts. This includes looking at the number and value of previous awards, the types of services provided, client agencies, and any performance ratings or past performance evaluations. A strong track record with the Department of Defense, especially in delivering engineering services successfully and within budget, would indicate a lower risk for this current task order. Conversely, a history of issues or poor performance would raise concerns.

What is the historical spending pattern for engineering services by the Department of the Army in Florida, and how does this award fit within that context?

Analyzing historical spending patterns for engineering services by the Department of the Army in Florida would require accessing and analyzing historical federal procurement data. This would involve filtering contracts by agency (Department of the Army), service category (engineering services, NAICS 541330), and geographic location (Florida). Understanding this context would help determine if $14.25 million over five years is a typical or anomalous level of spending for such services in that region. It could also reveal if Longbow LLC has been a frequent recipient of such contracts in the area, or if this is a new engagement.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

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

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 5600 W SAND LAKE RD MP 205, ORLANDO, FL, 32819

Business Categories: Category Business, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $14,253,841

Exercised Options: $14,253,841

Current Obligation: $14,253,841

Contract Characteristics

Commercial Item: PRODUCTS OR SERVICES PURSUANT TO FAR 12.102(F)

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: W52P1J20D0009

IDV Type: IDC

Timeline

Start Date: 2020-02-06

Current End Date: 2026-02-16

Potential End Date: 2026-02-16 12:02:00

Last Modified: 2025-11-18

More Contracts from Longbow LLC

View all Longbow LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending