KBR Wyle Services awarded $7.6M for INCITE COPERS to support multidomain situational awareness

Contract Overview

Contract Amount: $7,661,280 ($7.7M)

Contractor: KBR Wyle Services, LLC

Awarding Agency: General Services Administration

Start Date: 2025-06-23

End Date: 2026-06-22

Contract Duration: 364 days

Daily Burn Rate: $21.0K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: COST PLUS FIXED FEE

Sector: R&D

Official Description: INCITE COPERS TO04 MULTIDOMAIN SITUATIONAL AWARENESS

Place of Performance

Location: DAYTON, GREENE County, OHIO, 45433

State: Ohio Government Spending

Plain-Language Summary

General Services Administration obligated $7.7 million to KBR WYLE SERVICES, LLC for work described as: INCITE COPERS TO04 MULTIDOMAIN SITUATIONAL AWARENESS Key points: 1. Contract focuses on research and development in physical, engineering, and life sciences. 2. The contract is a delivery order under a larger indefinite-delivery contract. 3. Performance period spans one year, ending June 2026. 4. The contract type is Cost Plus Fixed Fee, which can lead to cost overruns if not managed carefully. 5. The awardee, KBR Wyle Services, LLC, is a significant player in government contracting. 6. The specific North American Industry Classification System (NAICS) code is 541715, indicating a focus on R&D services.

Value Assessment

Rating: fair

Benchmarking the value of this specific delivery order is challenging without more context on the underlying IDIQ contract and the specific services rendered. The Cost Plus Fixed Fee (CPFF) contract type, while common for R&D, carries inherent risks of cost escalation. Comparing the estimated value to similar R&D contracts for situational awareness systems would provide better insight into value for money. The provided data does not include a clear per-unit cost, making direct price assessment difficult.

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. Sole-source awards are typically justified when only one responsible source can provide the required supplies or services. While this can expedite acquisition, it limits price discovery and potentially reduces competitive pressure that could drive down costs for the government.

Taxpayer Impact: Sole-source awards mean taxpayers may not benefit from the most competitive pricing that could have been achieved through a broader competition.

Public Impact

The primary beneficiary is likely the agency requiring enhanced multidomain situational awareness capabilities. Services delivered are expected to advance research and development in critical scientific and engineering fields. The geographic impact is centered in Ohio, where the contractor is located. Workforce implications may include specialized R&D personnel employed by KBR Wyle Services, LLC.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Research and Development sector, specifically NAICS code 541715. This sector is characterized by innovation and the pursuit of new knowledge and applications. Government spending in R&D is crucial for national security, economic competitiveness, and scientific advancement. Comparable spending benchmarks would involve analyzing other R&D contracts awarded by the General Services Administration or other agencies for similar scientific and engineering services.

Small Business Impact

The provided 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 small business set-aside. The primary contractor, KBR Wyle Services, LLC, is a large business, and its internal subcontracting practices would determine any indirect impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract would typically fall under the purview of the General Services Administration (GSA), specifically the Federal Acquisition Service. The contract's Cost Plus Fixed Fee nature necessitates robust financial oversight to monitor expenditures and ensure compliance with the fixed fee. Transparency is enhanced through contract award databases, but detailed programmatic oversight information is often internal to the agency. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

research-and-development, general-services-administration, kbr-wyle-services-llc, cost-plus-fixed-fee, sole-source, situational-awareness, delivery-order, ohio, naics-541715, federal-acquisition-service

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $7.7 million to KBR WYLE SERVICES, LLC. INCITE COPERS TO04 MULTIDOMAIN SITUATIONAL AWARENESS

Who is the contractor on this award?

The obligated recipient is KBR WYLE SERVICES, LLC.

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $7.7 million.

What is the period of performance?

Start: 2025-06-23. End: 2026-06-22.

What is the specific nature of the 'INCITE COPERS' project and its objectives?

The provided data identifies 'INCITE COPERS' as a project related to 'MULTIDOMAIN SITUATIONAL AWARENESS'. While the exact objectives are not detailed, this typically involves developing systems and capabilities that allow military or civilian entities to understand and track activities across various domains (e.g., land, sea, air, space, cyber) simultaneously. The R&D focus suggests the project aims to create new technologies, methodologies, or integrate existing ones to improve this awareness, potentially for defense, intelligence, or emergency response purposes. Further details would likely be found in internal agency documentation or specific statements of work.

How does the $7.6 million award compare to historical spending on similar R&D projects for situational awareness?

Comparing this $7.6 million award requires context on the scope and duration of similar R&D projects. The provided data indicates this is a one-year delivery order. Historical spending on situational awareness R&D can vary significantly based on technological complexity, maturity, and the specific domains covered. For instance, large-scale efforts to integrate disparate sensor networks or develop advanced AI for threat detection could cost tens or hundreds of millions over several years. A $7.6 million, one-year award suggests a focused research effort, perhaps a specific component development or feasibility study, rather than a comprehensive system build-out. Benchmarking against other single-award R&D contracts within NAICS 541715 for similar objectives would be necessary for a precise comparison.

What are the key risks associated with a Cost Plus Fixed Fee (CPFF) contract for R&D, and how are they mitigated?

The primary risk with a CPFF contract is that the contractor may incur costs exceeding the initial estimate, although their profit (the 'fixed fee') remains constant. This can lead to the government paying more than anticipated if cost controls are weak. For R&D, where outcomes can be uncertain, this risk is amplified. Mitigation strategies include rigorous government oversight of contractor expenditures, clearly defined milestones and deliverables tied to payments, and strong contract management to ensure the contractor is incentivized to control costs. The GSA's Federal Acquisition Service would be responsible for monitoring these aspects. The 'not to exceed' (NTE) clause, if present, also limits the government's liability.

What is KBR Wyle Services, LLC's track record with government R&D contracts, particularly with the GSA?

KBR Wyle Services, LLC has a substantial track record in performing government contracts, including significant work in research and development. While specific details on their performance for this particular 'INCITE COPERS' project are not available in the provided snippet, their history suggests experience with complex technical requirements. Analyzing their past performance ratings on similar GSA or other federal contracts, particularly those under NAICS code 541715, would provide insight into their reliability, technical expertise, and ability to manage R&D projects effectively. Publicly available contract databases often contain performance information and award history.

Given the sole-source nature, what assurance is there that the government is receiving fair market value?

Assurance of fair market value in a sole-source award relies heavily on the government's pre-award market research and negotiation process. Agencies must conduct thorough analyses to justify the sole-source determination and ensure the proposed price is fair and reasonable. This often involves comparing the proposed costs to independent cost estimates, historical pricing data for similar services, and prevailing market rates. The contracting officer has the responsibility to negotiate the best possible price. However, the absence of competition inherently limits the government's leverage in price negotiations compared to a fully competed contract.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesScientific Research and Development ServicesResearch and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)

Product/Service Code: RESEARCH AND DEVELOPMENTC – National Defense R&D Services

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 47QFLA25R0011

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Parent Company: Brown & Root Industrial Services Holdings, LLC

Address: 15020 CONFERENCE CENTER DR STE 100, CHANTILLY, VA, 20151

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $58,834,872

Exercised Options: $16,258,606

Current Obligation: $7,661,280

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $2,847,840

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: 47QFLA21D0018

IDV Type: IDC

Timeline

Start Date: 2025-06-23

Current End Date: 2026-06-22

Potential End Date: 2029-09-20 00:00:00

Last Modified: 2026-03-11

More Contracts from KBR Wyle Services, LLC

View all KBR Wyle Services, LLC federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending