Air Force awards $137.6M for F110 engines, impacting aircraft readiness and defense manufacturing

Contract Overview

Contract Amount: $137,635,762 ($137.6M)

Contractor: General Electric Company

Awarding Agency: Department of Defense

Start Date: 2020-04-28

End Date: 2023-11-30

Contract Duration: 1,311 days

Daily Burn Rate: $105.0K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: F110 QATAR II ENGINES COVID-19 DIB

Place of Performance

Location: CINCINNATI, HAMILTON County, OHIO, 45215

State: Ohio Government Spending

Plain-Language Summary

Department of Defense obligated $137.6 million to GENERAL ELECTRIC COMPANY for work described as: F110 QATAR II ENGINES COVID-19 DIB Key points: 1. Contract supports critical aircraft engine components, ensuring operational readiness. 2. Sole-source award raises questions about price competition and potential cost savings. 3. Long contract duration (3 years) suggests a sustained need for these engines. 4. Awarded to General Electric, a major player in the aerospace and defense sector. 5. Focus on COVID-19 DIB indicates a potential link to supply chain resilience efforts. 6. Fixed-price contract shifts some cost risk to the contractor.

Value Assessment

Rating: fair

The contract value of $137.6 million for F110 engines is substantial. Without specific per-unit cost data or comparable contract benchmarks, a precise value-for-money assessment is challenging. However, the sole-source nature of the award suggests limited opportunity for competitive pricing, which could lead to higher costs than if the contract were competed. The fixed-price type offers some cost certainty, but the overall value hinges on the negotiated price against market rates for these specialized engines.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning only one bidder, General Electric Company, was considered. This limits the government's ability to leverage competition to drive down prices and ensure the best possible value. The rationale for a sole-source award typically involves unique capabilities, proprietary technology, or a lack of viable alternatives. The absence of competition means taxpayers may not benefit from the cost efficiencies that a competitive bidding process could yield.

Taxpayer Impact: The sole-source nature of this award means taxpayers may be paying a premium, as there was no competitive pressure to reduce the price. This limits the government's leverage in price negotiations.

Public Impact

Enhances the operational capability of Air Force aircraft reliant on F110 engines. Supports the defense industrial base, particularly in aircraft engine manufacturing. Contributes to national security by ensuring the availability of critical military assets. Potentially impacts the workforce employed by General Electric in engine production and maintenance.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Aircraft Engine and Engine Parts Manufacturing sector, a critical component of the aerospace and defense industry. This sector is characterized by high barriers to entry, significant R&D investment, and a limited number of major global players, including General Electric. The market size for military aircraft engines is substantial, driven by defense budgets worldwide. This specific award for F110 engines supports a widely used platform, indicating its importance within the broader defense spending landscape.

Small Business Impact

This contract does not appear to have a small business set-aside component, as indicated by 'sb': false. Furthermore, the 'ss' (small business subcontracting) is also false. This suggests that small businesses are unlikely to be directly involved as prime contractors or through mandatory subcontracting opportunities on this specific award. The primary beneficiary is the large prime contractor, General Electric.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of the Air Force and potentially the Department of Defense's Inspector General. The fixed-price nature of the contract provides some level of cost control, but ongoing monitoring of performance, delivery schedules, and adherence to contract terms is crucial. Transparency regarding the sole-source justification and any subsequent modifications would be key areas for oversight.

Related Government Programs

Risk Flags

Tags

defense, air-force, aircraft-engines, sole-source, fixed-price, large-contract, covid-19-response, defense-industrial-base, general-electric, ohio

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $137.6 million to GENERAL ELECTRIC COMPANY. F110 QATAR II ENGINES COVID-19 DIB

Who is the contractor on this award?

The obligated recipient is GENERAL ELECTRIC COMPANY.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Air Force).

What is the total obligated amount?

The obligated amount is $137.6 million.

What is the period of performance?

Start: 2020-04-28. End: 2023-11-30.

What is the historical spending pattern for F110 engines by the Department of Defense?

Historical spending on F110 engines by the Department of Defense (DoD) indicates a consistent and significant investment over many years, reflecting the engine's widespread use in various Air Force and Navy aircraft platforms, such as the F-16 Fighting Falcon and F-15 Eagle. While specific aggregate figures for F110 engines alone are not readily available in public databases without detailed searches, the DoD's overall budget for aircraft procurement and sustainment runs into billions annually. Contracts for engines and related parts are recurring, often awarded through competitive processes or, as in this case, sole-source mechanisms for specific variants or sustainment needs. The 'COVID-19 DIB' designation suggests a recent focus on supply chain resilience, potentially influencing the structure and urgency of recent awards compared to historical patterns.

How does the pricing of this sole-source contract compare to potentially competitive bids?

Directly comparing the pricing of this sole-source contract to hypothetical competitive bids is challenging without access to proprietary pricing data or market analysis reports. However, the fundamental principle of sole-source procurement is that it bypasses the price discovery mechanism inherent in open competition. This typically means the government accepts the price proposed by the single source, which may be higher than what could be achieved through multiple bids. Factors influencing the price include General Electric's established costs, profit margins, the specific terms of the F110 engine variant, and any unique requirements like the 'COVID-19 DIB' designation. Without competitive benchmarks, it's difficult to definitively state if the price represents optimal value for taxpayers.

What are the primary risks associated with a sole-source award for critical aircraft engines?

The primary risks associated with a sole-source award for critical aircraft engines like the F110 include: 1. **Higher Costs:** Lack of competition can lead to inflated prices as the contractor faces less pressure to offer the most competitive rate. 2. **Reduced Innovation:** Without competitive pressure, there may be less incentive for the sole provider to innovate or improve efficiency. 3. **Supplier Lock-in:** The government becomes dependent on a single supplier, making it difficult and costly to switch providers in the future, even if performance or price becomes unsatisfactory. 4. **Supply Chain Vulnerability:** Reliance on a single source can create significant vulnerabilities if that supplier experiences production issues, financial instability, or geopolitical disruptions. The 'COVID-19 DIB' designation hints at awareness of such supply chain risks.

What is the significance of the 'COVID-19 DIB' designation on this contract?

The 'COVID-19 DIB' designation likely signifies that this contract is intended to support the Defense Industrial Base (DIB) and is being awarded in the context of the COVID-19 pandemic's impact on supply chains. This could mean several things: the contract might be prioritized to ensure the continued production of critical components despite pandemic-related disruptions, or it could be part of a broader government initiative to strengthen the resilience of the DIB against future crises. Awarding funds under this designation might also imply a focus on maintaining production capacity, workforce stability, or sourcing critical materials within the United States to mitigate risks exposed by the pandemic. It suggests an effort to ensure the availability of essential defense articles.

How does the duration of this contract (over 3 years) impact its overall value and risk profile?

The contract's duration of approximately 3 years (from April 2020 to November 2023) has several implications for its value and risk profile. A longer duration can provide greater stability and predictability for both the government and the contractor, potentially leading to better planning and resource allocation. For the government, it ensures a consistent supply of critical F110 engine components over an extended period. However, a longer contract term also increases the exposure to potential price increases if market conditions change unfavorably, although the fixed-price nature mitigates this to some extent. It also extends the period of reliance on a sole-source provider, amplifying the risks associated with supplier lock-in and potential supply chain disruptions if not managed proactively.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingAircraft Engine and Engine Parts Manufacturing

Product/Service Code: ENGINES AND TURBINES AND COMPONENT

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1 NEUMANN WAY, CINCINNATI, OH, 45215

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $137,635,762

Exercised Options: $137,635,762

Current Obligation: $137,635,762

Subaward Activity

Number of Subawards: 71

Total Subaward Amount: $389,901,784

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: FA862618D0029

IDV Type: IDC

Timeline

Start Date: 2020-04-28

Current End Date: 2023-11-30

Potential End Date: 2023-11-30 00:00:00

Last Modified: 2024-11-01

More Contracts from General Electric Company

View all General Electric Company federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending