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
- Sole-source award limits competitive pricing benefits for taxpayers.
- Cost Plus Fixed Fee structure introduces potential for cost overruns.
- Lack of detailed performance metrics in the provided data hinders assessment of effectiveness.
- Limited public information on the specific R&D objectives makes it difficult to gauge impact.
Positive Signals
- Award to an established contractor, KBR Wyle Services, LLC, suggests a degree of reliability.
- Focus on R&D aligns with government priorities for technological advancement.
- Delivery order structure allows for phased execution of research objectives.
- Contract duration of one year provides a defined period for achieving specific research outcomes.
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
- General Services Administration (GSA) Contracts
- Research and Development Services
- Situational Awareness Systems
- Department of Defense R&D (if applicable)
- Federal Acquisition Service Contracts
Risk Flags
- Sole-source award may limit price competition.
- CPFF contract type carries inherent cost overrun risk.
- Limited public data on specific performance metrics.
- Scope of R&D objectives not fully detailed.
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 Services › Scientific Research and Development Services › Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
Product/Service Code: RESEARCH AND DEVELOPMENT › C – 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
- Bioastronautics Contract-Activities for the Health &productivity of Crews Working and Living in Space — $1.5B (National Aeronautics and Space Administration)
- Fpds-Ng Mission Systems Operations Contract (msoc) — $1.0B (National Aeronautics and Space Administration)
- THE Purpose of This Contract IS to Acquire Engineering Services and Related Services to MSD and Related Organizations Throughout Gsfc, AS Required, for the Formulation, Design, Development, Fabrication, Integration, Testing, Verification, and Operations of Space Flight and Ground System Hardware and Software, Including Development and Validation of NEW Technologies to Enable Future Space and Science Missions. the Engineering Areas of Emphasis ARE Multidisciplinary With Concentration in the Mechanical Engineering Areas of Materials, Structural Analysis and Loads, Mechanical Design, Electromechanical Design, Thermal, Contamination and Coatings, Manufacturing and Integration and Test — $728.5M (National Aeronautics and Space Administration)
- 200106!000121!1700!F7004 !marine Corps Logistics Base !M6700499C0002 !a!n!*!n!p00015 !20010228!20080930!041014242!041014242!139691877!n!honeywell Technology Solutions!7000 Columbia Gateway Driv!columbia !md!21046!35000!031!12!jacksonville !duval !florida !+000004292865!n!n!000000000000!j049!maint & Repair of Eq/Maintenance & Repair Shop EQ !a4a!combat Vehicles !2000!NOT Discernable or Classified !811310!*!*!3! ! !C!*!*!*!B!*!*!A! !A !N!J!2!006!B! !C!Y!Z! ! !N!C!N! ! ! !a!a!a!a!000!a!d!n! ! ! ! ! ! !0001! — $670.1M (Department of Defense)
- Mission Operations Management Services (moms) — $623.8M (National Aeronautics and Space 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)