DoD awards $32.9M for thermal receiver units, raising questions about competition and value
Contract Overview
Contract Amount: $32,924,826 ($32.9M)
Contractor: DRS Network & Imaging Systems LLC
Awarding Agency: Department of Defense
Start Date: 2019-01-18
End Date: 2022-05-31
Contract Duration: 1,229 days
Daily Burn Rate: $26.8K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: PURCHASE OF SECOND GENERATION FLIR THERMAL RECEIVER UNITS.
Place of Performance
Location: MELBOURNE, BREVARD County, FLORIDA, 32935
State: Florida Government Spending
Plain-Language Summary
Department of Defense obligated $32.9 million to DRS NETWORK & IMAGING SYSTEMS LLC for work described as: PURCHASE OF SECOND GENERATION FLIR THERMAL RECEIVER UNITS. Key points: 1. The contract was awarded on a sole-source basis, limiting competitive pressure on pricing. 2. The duration of the contract (1229 days) suggests a long-term need for these specialized units. 3. The absence of a small business set-aside raises questions about opportunities for smaller firms. 4. The fixed-price contract type shifts some risk to the contractor, but the sole-source nature may inflate costs. 5. The procurement falls under the 'Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing' NAICS code, indicating a specialized defense technology area.
Value Assessment
Rating: questionable
Benchmarking the value of this contract is challenging due to its sole-source nature and the specialized equipment involved. Without competitive bids, it's difficult to ascertain if the $32.9 million price reflects fair market value. The contract's duration and the lack of publicly available comparable contract data make a precise value-for-money assessment difficult. However, sole-source procurements often carry a premium compared to competed contracts.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning the Department of Defense did not solicit bids from multiple vendors. This approach is typically used when only one vendor possesses the necessary capabilities, technology, or when urgency dictates. The lack of competition means that pricing was likely negotiated directly with DRS Network & Imaging Systems LLC, potentially leading to higher costs than if multiple companies had competed.
Taxpayer Impact: Taxpayers may have paid a premium for these thermal receiver units due to the absence of competitive bidding. The government lost the opportunity to leverage market forces to secure the best possible price.
Public Impact
The primary beneficiaries are the U.S. Army personnel who will utilize the second-generation FLIR thermal receiver units for operational purposes. The contract delivers specialized thermal imaging technology crucial for surveillance, reconnaissance, and situational awareness in various operational environments. The geographic impact is primarily within the Department of Defense's operational theaters, with potential implications for personnel stationed globally. The contract supports jobs within DRS Network & Imaging Systems LLC and its supply chain, contributing to the defense industrial base.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition and potentially increases costs for taxpayers.
- Lack of transparency in the negotiation process for a sole-source contract.
- Specialized nature of the equipment may create long-term reliance on a single supplier.
Positive Signals
- Procurement of advanced thermal imaging technology enhances warfighter capabilities.
- Firm fixed-price contract type provides cost certainty once negotiated.
- Contract awarded to a known entity (DRS Network & Imaging Systems LLC) with presumed expertise in the field.
Sector Analysis
This contract falls within the defense sector, specifically focusing on advanced sensor and imaging technology. The market for such specialized defense electronics is often characterized by high barriers to entry due to R&D costs, intellectual property, and stringent performance requirements. Comparable spending benchmarks are difficult to establish without more detailed specifications and market analysis, but defense spending on advanced surveillance and targeting systems represents a significant portion of the overall defense budget.
Small Business Impact
The data indicates that this contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses mentioned. This suggests that opportunities for small businesses to participate in this specific procurement were limited. The prime contractor, DRS Network & Imaging Systems LLC, is likely a large business, and the nature of the specialized technology may not lend itself easily to subcontracting with smaller entities in this instance.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of the Army's contracting and program management offices. Accountability measures would include adherence to the firm fixed-price terms and delivery schedules. Transparency is limited due to the sole-source nature of the award, with less public information available compared to competed contracts. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Department of Defense Procurement
- Army Aviation Systems
- Thermal Imaging Technology
- Defense Electronics Manufacturing
- Sole-Source Contracts
- Search and Detection Systems
Risk Flags
- Sole-source award raises concerns about fair pricing and competition.
- Lack of small business participation noted.
- Specialized technology may lead to long-term vendor lock-in.
Tags
defense, department-of-defense, department-of-the-army, sole-source, firm-fixed-price, large-contract, thermal-imaging, sensor-technology, navigational-equipment, search-detection-equipment, florida, drs-network-imaging-systems-llc
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $32.9 million to DRS NETWORK & IMAGING SYSTEMS LLC. PURCHASE OF SECOND GENERATION FLIR THERMAL RECEIVER UNITS.
Who is the contractor on this award?
The obligated recipient is DRS NETWORK & IMAGING SYSTEMS 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 $32.9 million.
What is the period of performance?
Start: 2019-01-18. End: 2022-05-31.
What is the specific operational advantage provided by these second-generation FLIR thermal receiver units compared to previous versions or alternative technologies?
The 'second-generation' designation implies an improvement over prior models, likely offering enhanced resolution, sensitivity, range, or reduced size/weight/power consumption. FLIR (Forward-Looking Infrared) technology allows for detection of heat signatures, enabling operations in low-light, adverse weather, and battlefield obscurant conditions. These units are critical for platforms such as aircraft, ground vehicles, or individual soldier systems, providing enhanced situational awareness, target identification, and navigation capabilities. Without specific technical specifications or comparative performance data, the exact operational advantage remains qualitative, but it is presumed to be significant enough to warrant a substantial investment by the Department of the Army.
Can the government provide justification for awarding this contract on a sole-source basis, citing specific regulations or circumstances?
Sole-source awards are typically justified under specific exceptions to full and open competition, often found in the Federal Acquisition Regulation (FAR). Common justifications include: (1) only one responsible source exists (e.g., unique technology, proprietary data); (2) an urgent and compelling need where delays associated with competitive procurement would result in unacceptable delays or costs; or (3) specific statutory authority. For this contract, the justification would likely stem from the unique technological capabilities of DRS Network & Imaging Systems LLC, proprietary rights to the technology, or a determination that no other vendor could meet the Army's requirements within the necessary timeframe. A formal Justification for Other Than Full and Open Competition (JOFOC) document would typically be required and may be publicly accessible, though often with redacted sensitive information.
What is the historical spending pattern for similar thermal receiver units by the Department of Defense or Department of the Army?
Analyzing historical spending patterns for similar thermal receiver units is crucial for benchmarking. While specific data for 'second-generation FLIR thermal receiver units' from DRS Network & Imaging Systems LLC is limited without deeper database access, the Department of Defense consistently invests heavily in advanced sensor and imaging technologies. Spending in this category often spans multiple programs and platforms, including aircraft, ground vehicles, and soldier-worn equipment. Trends typically show increasing investment in higher resolution, multi-spectral capabilities, and networked sensors. Without access to detailed contract histories for comparable systems from other vendors or previous generations, it's difficult to establish a precise historical trend for this specific item, but the overall defense investment in infrared and thermal imaging technology has been substantial and growing.
What are the key performance indicators (KPIs) used to measure the success and effectiveness of these thermal receiver units post-delivery?
Key Performance Indicators (KPIs) for advanced defense systems like thermal receiver units typically focus on operational effectiveness, reliability, and maintainability. For these FLIR units, KPIs might include: Mean Time Between Failures (MTBF) to assess reliability; detection range and accuracy under various environmental conditions (e.g., fog, smoke, darkness); image quality metrics (e.g., resolution, contrast); power consumption efficiency; system integration success with host platforms; and ease of operation/maintenance. The Department of the Army would likely have specific technical performance requirements outlined in the contract's Statement of Work (SOW) or Performance Work Statement (PWS), against which the contractor's product would be evaluated during testing and operational use. User feedback from deployed personnel would also be a critical qualitative KPI.
What is the potential for obsolescence of this technology given the rapid pace of advancements in sensor technology?
The potential for obsolescence is a significant consideration for any technology procurement, especially in rapidly evolving fields like sensor technology. While 'second-generation' implies a current state-of-the-art, the pace of innovation means that newer, more capable technologies are constantly under development. The lifespan of these units will depend on the specific rate of advancement in FLIR and related sensor fields, as well as the operational tempo and environment they are deployed in. The Department of Defense likely mitigates this risk through robust technology insertion plans, sustainment strategies that include upgrades, and by planning for future procurements of next-generation systems. The contract's duration (over three years) suggests a planned operational life within that timeframe, but future obsolescence beyond that period is a certainty.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Product/Service Code: COMM/DETECT/COHERENT RADIATION
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leonardo SPA
Address: 100 N BABCOCK ST, MELBOURNE, FL, 32935
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $32,924,826
Exercised Options: $32,924,826
Current Obligation: $32,924,826
Actual Outlays: $2,343,588
Subaward Activity
Number of Subawards: 2
Total Subaward Amount: $117,239
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: W909MY18D0032
IDV Type: IDC
Timeline
Start Date: 2019-01-18
Current End Date: 2022-05-31
Potential End Date: 2022-05-31 00:00:00
Last Modified: 2025-04-24
More Contracts from DRS Network & Imaging Systems LLC
- Federal Contract — $379.5M (Department of Defense)
- Federal Contract — $330.7M (Department of Defense)
- NRE; Igf::ot::igf R&D Contract for Daircm — $232.0M (Department of Defense)
- Missile Spares Procurement — $161.6M (Department of Defense)
- Mfocs Order — $142.0M (Department of Defense)
View all DRS Network & Imaging Systems LLC federal contracts →
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)