Sigma Defense Systems LLC Awarded $3.1M for Navair Spares Kits by GSA
Contract Overview
Contract Amount: $3,119,505 ($3.1M)
Contractor: Sigma Defense Systems LLC
Awarding Agency: General Services Administration
Start Date: 2022-09-30
End Date: 2028-09-29
Contract Duration: 2,191 days
Daily Burn Rate: $1.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: STING III ID05180024068 NAVAIR SPARES KITS
Place of Performance
Location: TAMPA, HILLSBOROUGH County, FLORIDA, 33612
State: Florida Government Spending
Plain-Language Summary
General Services Administration obligated $3.1 million to SIGMA DEFENSE SYSTEMS LLC for work described as: STING III ID05180024068 NAVAIR SPARES KITS Key points: 1. Contract awarded to SIGMA DEFENSE SYSTEMS LLC for $3.1M. 2. The contract is for NAVAIR SPARES KITS. 3. Awarded by the General Services Administration (GSA). 4. Contract type is FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES. 5. The contract has a duration of 2191 days. 6. The contract is a DELIVERY ORDER. 7. The contract is FIRM FIXED PRICE.
Value Assessment
Rating: fair
The total award amount of $3.1 million for NAVAIR SPARES KITS appears to be a reasonable sum for specialized defense components. Without specific unit cost data or a detailed breakdown of the kits' contents, a direct value-for-money assessment is challenging. Benchmarking against similar spare parts contracts for naval aviation would provide a clearer picture of whether this price reflects competitive market rates for the specified equipment and services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES'. This indicates that while the competition was intended to be open, certain sources were excluded, potentially limiting the number of bidders. The specific reasons for exclusion are not detailed, making it difficult to assess the true level of competition and its impact on price discovery. A more transparent competition process could yield better pricing.
Taxpayer Impact: The limited competition may have resulted in a higher price for taxpayers than if a broader range of vendors had been allowed to bid.
Public Impact
This contract supports the Naval Air Systems Command (NAVAIR) by providing essential spare parts and kits. The availability of these kits ensures the operational readiness and maintenance of naval aircraft. The contract's impact is primarily on the defense sector and the personnel maintaining naval aviation assets. Geographic impact is likely concentrated around naval air stations and maintenance facilities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may have restricted price optimization.
- Lack of detailed cost breakdown hinders value assessment.
- Exclusion of sources needs further clarification to ensure fairness.
Positive Signals
- Award to a single vendor for specialized kits can streamline procurement.
- Firm Fixed Price contract provides cost certainty for the government.
- Long contract duration suggests a stable need for these components.
Sector Analysis
This contract falls within the broader defense manufacturing and aerospace sector, specifically focusing on the supply of communication equipment components. The market for specialized military spare parts is often characterized by unique requirements and a limited number of qualified suppliers. The total spending in this niche can vary significantly based on defense budgets and specific platform needs, but contracts like this are crucial for maintaining fleet readiness.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses arising from a set-aside provision. The primary contractor, SIGMA DEFENSE SYSTEMS LLC, is responsible for fulfilling the contract requirements, and any subcontracting would be at their discretion, not mandated by a small business set-aside.
Oversight & Accountability
The contract is managed by the General Services Administration (GSA), which typically has established oversight mechanisms for delivery orders issued under its schedules. The firm fixed price nature of the contract provides a degree of cost control. Transparency regarding the reasons for excluding certain sources in the competition would enhance accountability. Further oversight would involve monitoring contract performance and adherence to terms.
Related Government Programs
- NAVAIR Procurement
- Defense Logistics Agency (DLA) Spare Parts
- Communications Equipment Manufacturing
- Federal Acquisition Service Contracts
Risk Flags
- Limited competition concerns
- Lack of detailed cost breakdown
- Unclear justification for source exclusion
Tags
defense, navair, spare-parts, communication-equipment, gsa, delivery-order, firm-fixed-price, limited-competition, florida, sigma-defense-systems-llc
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $3.1 million to SIGMA DEFENSE SYSTEMS LLC. STING III ID05180024068 NAVAIR SPARES KITS
Who is the contractor on this award?
The obligated recipient is SIGMA DEFENSE SYSTEMS LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $3.1 million.
What is the period of performance?
Start: 2022-09-30. End: 2028-09-29.
What is the specific nature of the 'NAVAIR SPARES KITS' being procured?
The provided data identifies the National Stock Number (NSN) as 334290, which corresponds to 'Other Communications Equipment Manufacturing'. Therefore, the 'NAVAIR SPARES KITS' likely consist of components, sub-assemblies, or complete kits related to communication systems used by the Naval Air Systems Command (NAVAIR). These could include parts for radios, data links, intercom systems, or other electronic communication hardware essential for naval aircraft operations. The exact composition would be detailed in the contract's statement of work, which is not publicly available in this dataset.
How does the $3.1 million award compare to historical spending on similar NAVAIR spare parts contracts?
A direct comparison of the $3.1 million award to historical spending on similar NAVAIR spare parts contracts requires access to a comprehensive database of past procurements. Without specific details on the types of kits and their components, it's difficult to find exact matches. However, the General Services Administration (GSA) Federal Acquisition Service (FAS) manages numerous contracts for defense-related supplies. Benchmarking this award against other delivery orders for communication equipment spares or general aviation parts issued by GSA or NAVAIR over the last few years would be necessary. The duration of the contract (approx. 6 years) suggests a significant, ongoing need, making the total value potentially moderate for such a long-term requirement.
What are the potential risks associated with a 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' award?
The primary risk with 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' is that the exclusion of potential bidders, even if justified, can limit the competitive landscape. This can lead to reduced price innovation and potentially higher costs for the government compared to a truly open competition where all qualified vendors could participate. There's also a risk that the excluded sources might have offered unique capabilities or more cost-effective solutions. Transparency regarding the rationale for exclusion is crucial to mitigate concerns about fairness and to ensure the government is not inadvertently foregoing better value.
What is SIGMA DEFENSE SYSTEMS LLC's track record with similar defense contracts?
Assessing SIGMA DEFENSE SYSTEMS LLC's track record requires examining their past performance on contracts with the Department of Defense, particularly with NAVAIR or other naval commands, and for similar types of spare parts or communication equipment. Information on their contract history, including award values, types of services rendered, and performance ratings (if available), would indicate their experience and reliability. A review of their contract portfolio would reveal if they have a history of successful delivery on complex defense supply contracts or if there have been any performance issues or disputes.
How does the firm fixed price (FFP) contract type impact the government's risk and potential for cost savings?
A Firm Fixed Price (FFP) contract type places the majority of the cost risk on the contractor, SIGMA DEFENSE SYSTEMS LLC. This means the contractor is obligated to complete the work for the agreed-upon price, regardless of their actual costs. For the government, this offers significant cost certainty and predictability, as the total expenditure is known upfront. It incentivizes the contractor to manage their costs efficiently to maximize profit. However, if the contractor significantly underestimates costs, they may face financial losses, potentially impacting their ability or willingness to perform on future contracts. For the government, FFP is generally preferred for well-defined requirements like spare parts, as it minimizes cost overrun risks.
What is the significance of the contract being a 'DELIVERY ORDER'?
The designation of this award as a 'DELIVERY ORDER' implies that it is likely issued under a larger, pre-existing indefinite-delivery/indefinite-quantity (IDIQ) contract or a similar multiple-award contract vehicle. This means that the overall contract framework (terms, conditions, pricing structure) was established previously, possibly through a broader competition. The 'DELIVERY ORDER' itself then specifies the exact quantity, delivery schedule, and price for a particular segment of goods or services. This approach allows the government to procure needed items incrementally as requirements arise, offering flexibility while leveraging a previously competed framework.
Industry Classification
NAICS: Manufacturing › Communications Equipment Manufacturing › Other Communications Equipment Manufacturing
Product/Service Code: INSTALLATION OF EQUIPMENT › INSTALLATION OF EQUIPMENT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 47QFLA22Q0251
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 500 CORPORATE POINTE, WARNER ROBINS, GA, 31088
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $14,306,092
Exercised Options: $14,306,092
Current Obligation: $3,119,505
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QFLA19D0010
IDV Type: IDC
Timeline
Start Date: 2022-09-30
Current End Date: 2028-09-29
Potential End Date: 2028-09-29 00:00:00
Last Modified: 2026-01-30
More Contracts from Sigma Defense Systems LLC
- Joint Airborne Intelligence Surveillance and Reconnaissance Aisr Sensor Data Transport Infrastructure Enterprise Advise and Assist Support — $63.2M (General Services Administration)
- USN PMA290 Maritime Surveillance Aircraft Program — $48.3M (General Services Administration)
- Integrator TO4 — $38.9M (General Services Administration)
- Army Intelligence Surveillance and Reconnaissance ISR Task Force TF Upgrade Sting to 78 — $29.7M (General Services Administration)
- Stingray III Idiq TO17 Disa Asec and Africom FSR — $27.0M (General Services Administration)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)