DoD Awards $23.2M for Bradley/Abrams Vehicle Kits, Highlighting Firm Fixed Price Contract
Contract Overview
Contract Amount: $23,195,709 ($23.2M)
Contractor: Clogic LLC
Awarding Agency: Department of Defense
Start Date: 2025-09-24
End Date: 2027-09-19
Contract Duration: 725 days
Daily Burn Rate: $32.0K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: VBK W/ LWR A-KITS FOR THE BRADLEY AND ABRAMS VEHICLE SYSTEMS.
Place of Performance
Location: JACKSONVILLE, DUVAL County, FLORIDA, 32218
State: Florida Government Spending
Plain-Language Summary
Department of Defense obligated $23.2 million to CLOGIC LLC for work described as: VBK W/ LWR A-KITS FOR THE BRADLEY AND ABRAMS VEHICLE SYSTEMS. Key points: 1. Contract awarded to CLOGIC LLC for essential vehicle kits. 2. Significant investment in armored vehicle systems maintenance and upgrades. 3. Firm Fixed Price contract aims to control costs for the Department of the Army. 4. Potential for future orders based on performance and need.
Value Assessment
Rating: good
The $23.2 million award for vehicle kits appears reasonable given the specialized nature of military hardware. Benchmarking against similar complex component manufacturing contracts would provide further validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting a competitive bidding process that likely drove a fair price. The firm fixed price structure further supports cost predictability.
Taxpayer Impact: Taxpayer funds are being used for critical defense equipment, ensuring operational readiness of armored vehicles.
Public Impact
Ensures continued operational readiness of Bradley and Abrams fighting vehicles. Supports the U.S. Army's modernization and maintenance efforts. Contributes to the defense industrial base and associated jobs.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if additional requirements emerge.
- Supply chain disruptions could impact delivery timelines.
Positive Signals
- Firm Fixed Price contract provides cost certainty.
- Awarded under full and open competition.
- Long-term contract duration allows for sustained support.
Sector Analysis
This contract falls within the Defense sector, specifically focusing on armored vehicle components. Spending in this area is critical for national security and often involves specialized manufacturing with higher unit costs.
Small Business Impact
While CLOGIC LLC is the prime contractor, the data does not indicate if small businesses were involved as subcontractors. Further analysis would be needed to assess small business participation.
Oversight & Accountability
The Department of the Army is responsible for oversight. The firm fixed price contract and defined delivery schedule provide clear accountability metrics.
Related Government Programs
- Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Department of Defense Contracting
- Department of the Army Programs
Risk Flags
- Potential for supply chain disruptions.
- Reliance on a single prime contractor.
- Complexity of specialized military components.
- Long-term contract duration may require adjustments.
Tags
military-armored-vehicle-tank-and-tank-c, department-of-defense, fl, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $23.2 million to CLOGIC LLC. VBK W/ LWR A-KITS FOR THE BRADLEY AND ABRAMS VEHICLE SYSTEMS.
Who is the contractor on this award?
The obligated recipient is CLOGIC 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 $23.2 million.
What is the period of performance?
Start: 2025-09-24. End: 2027-09-19.
What is the historical cost performance of CLOGIC LLC on similar defense contracts?
Analyzing CLOGIC LLC's past performance on comparable Department of Defense contracts is crucial. This includes examining their track record for on-time delivery, adherence to budget, and quality of work. Past performance data can indicate their reliability and efficiency in executing complex manufacturing and supply agreements, informing future contracting decisions and risk assessments.
What are the specific risks associated with the supply chain for these vehicle kits?
The primary risks in the supply chain for these specialized vehicle kits include the availability of raw materials, potential disruptions from geopolitical events, and the reliability of lower-tier suppliers. Lead times for specialized components can be lengthy, and any delays in the supply chain could impact the Department of the Army's readiness and operational schedules. Mitigation strategies may involve diversifying suppliers or maintaining strategic inventory.
How effectively does this contract contribute to the overall modernization goals of the Bradley and Abrams vehicle platforms?
This contract's effectiveness in modernization hinges on whether the kits incorporate technological upgrades or simply maintain existing capabilities. If the kits enable enhanced performance, survivability, or integration with new systems, they directly contribute to modernization. If they are purely for sustainment, their effectiveness lies in maintaining the current operational readiness of these vital platforms, which is also a key component of overall defense strategy.
Industry Classification
NAICS: Manufacturing › Other Transportation Equipment Manufacturing › Military Armored Vehicle, Tank, and Tank Component Manufacturing
Product/Service Code: VEHICULAR EQUIPMENT COMPONENTS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 135 DEER ESTATES LN, PONTE VEDRA BEACH, FL, 32082
Business Categories: Category Business, Limited Liability Corporation, Manufacturer of Goods, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $23,195,709
Exercised Options: $23,195,709
Current Obligation: $23,195,709
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: W56HZV22D0096
IDV Type: IDC
Timeline
Start Date: 2025-09-24
Current End Date: 2027-09-19
Potential End Date: 2027-09-19 12:09:00
Last Modified: 2025-09-24
More Contracts from Clogic LLC
- Ampv - Battery BOX Upgrade — $6.8M (Department of Defense)
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)