DoD awards $24.6M to Teledyne Brown Engineering for navigation systems, facing limited competition
Contract Overview
Contract Amount: $24,647,437 ($24.6M)
Contractor: Teledyne Brown Engineering, Inc.
Awarding Agency: Department of Defense
Start Date: 2015-03-12
End Date: 2021-03-17
Contract Duration: 2,197 days
Daily Burn Rate: $11.2K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: Defense
Official Description: ENGINEERING, MAINTENANCE,&SUPPORT SVCS IGF::OT::IGF
Place of Performance
Location: HUNTSVILLE, MADISON County, ALABAMA, 35807
State: Alabama Government Spending
Plain-Language Summary
Department of Defense obligated $24.6 million to TELEDYNE BROWN ENGINEERING, INC. for work described as: ENGINEERING, MAINTENANCE,&SUPPORT SVCS IGF::OT::IGF Key points: 1. Significant contract value of $24.6 million awarded. 2. Limited competition raises questions about price discovery. 3. Contract duration of nearly 6 years suggests long-term need. 4. Focus on navigation systems falls within a critical defense sector.
Value Assessment
Rating: fair
The contract type is Cost Plus Fixed Fee, which can lead to higher costs if not managed closely. Without specific benchmarks for similar navigation system contracts, it's difficult to definitively assess value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was not competed, indicating a limited source selection. This approach may not have yielded the best possible price for the government.
Taxpayer Impact: The lack of full and open competition could result in taxpayers paying more than necessary for these engineering and support services.
Public Impact
Ensures continued operation and maintenance of critical navigation systems for the Department of Defense. Supports a specific technology area vital for military operations. Potential for cost overruns due to the contract type and limited competition.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition
- Cost Plus Fixed Fee contract type
- Long contract duration
Positive Signals
- Addresses a critical defense need
- Established contractor with prior experience
Sector Analysis
This contract falls under the 'Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing' sector. Spending in this area is crucial for national defense, but often involves specialized, high-cost components and services.
Small Business Impact
The data indicates this contract was not awarded to a small business, as the 'sb' field is false. There is no indication of subcontracting opportunities for small businesses within this award.
Oversight & Accountability
The contract was managed by the Defense Contract Management Agency, suggesting a level of oversight. However, the limited competition and contract type warrant close monitoring to ensure cost control and performance.
Related Government Programs
- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Department of Defense Contracting
- Defense Contract Management Agency Programs
Risk Flags
- Lack of full and open competition
- Cost Plus Fixed Fee contract type
- Long contract duration (nearly 6 years)
- Potential for cost overruns
- Limited transparency on justification for non-competition
Tags
search-detection-navigation-guidance-aer, department-of-defense, al, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $24.6 million to TELEDYNE BROWN ENGINEERING, INC.. ENGINEERING, MAINTENANCE,&SUPPORT SVCS IGF::OT::IGF
Who is the contractor on this award?
The obligated recipient is TELEDYNE BROWN ENGINEERING, INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Defense Contract Management Agency).
What is the total obligated amount?
The obligated amount is $24.6 million.
What is the period of performance?
Start: 2015-03-12. End: 2021-03-17.
What was the justification for not competing this contract, and were alternative sources considered?
The provided data states the contract was 'NOT COMPETED' and classified as 'limited' competition. Without further documentation, the specific justification for this approach is unknown. Agencies typically sole-source or limit competition when only one source can meet the requirement, or for urgent needs. This lack of competition raises concerns about whether the government secured the best possible pricing and value.
What are the specific performance metrics and deliverables for this contract, and how are they being monitored?
The data does not detail specific performance metrics or deliverables. As a Cost Plus Fixed Fee contract, oversight would focus on managing the fixed fee and ensuring the costs incurred are reasonable and allocable to the contract. The Defense Contract Management Agency's role implies some level of performance monitoring, but the effectiveness of this oversight in controlling costs and ensuring quality is not evident from the provided information.
How does the cost of this contract compare to similar navigation system contracts awarded by other agencies or in different fiscal years?
A direct cost comparison is challenging without access to a broader dataset of similar contracts, including their scope, duration, and specific technologies. The 'br' field shows a benchmark of 11219, but its meaning and applicability are unclear. A comprehensive analysis would require benchmarking against contracts for comparable navigation systems, considering factors like technological sophistication and contract type.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Product/Service Code: SHIPS, SMALL CRAFT, PONTOON, DOCKS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: N0003914R0007
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Teledyne Technologies Incorporated (UEI: 112358432)
Address: 300 SPARKMAN DR NW, HUNTSVILLE, AL, 35805
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: $38,909,084
Exercised Options: $31,381,346
Current Obligation: $24,647,437
Actual Outlays: $3,021,648
Subaward Activity
Number of Subawards: 31
Total Subaward Amount: $15,800,153
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: YES
Timeline
Start Date: 2015-03-12
Current End Date: 2021-03-17
Potential End Date: 2021-03-17 00:00:00
Last Modified: 2021-06-03
More Contracts from Teledyne Brown Engineering, Inc.
- Systems Development&operations Support a Primary Mission of the Marshall Space Flight Center (msfc) IS to Support Nasa's Human Exploration and Development of Space (heds) Enterprise and the Office of Biological and Physical Research (obpr) Enterprise WHO ARE Working Together to Facilitate Long-Term Exploration of Space. Msfc Serves AS Nasa's Lead Center for the Materials Science and Biotechnology Disciplines and Serves Other Customers and Sponsors Within the Agency. the Purposes of This Contract ARE to Further the Science Goals of the Agency by 1) Developing, Operating and Maintaining Facilities and Payloads on the International Space Station (ISS) and Other Vehicles and Carriers, 2) Providing Science, Technical and Engineering Support to Investigators, and 3) Providing Management and Administrative Support to Msad. the Contractor Shall Provide the Necessary Management, Personnel, and Equipment/Supplies (NOT Otherwise Provided by the Government) Required to Perform the Engineering, Science and Technical Tasks Broadly Defined in This Statement of Work (SOW) and More Specifically Described in the Task/Delivery Order (order) and Technical Directives Issued by the Government. the Contractor Shall Provide the Planning, Coordination, Technical Direction, and Surveillance of the Activities Necessary to Assure Disciplined Performance of Work and Timely Application of Resources for the Accomplishment of ALL Orders Issued Under the Contract Approved by Msad. the Contractor Shall Establish, Implement, and Maintain a Financial Reporting System in Accordance With the Nasa FAR Supplement (NFS) 1852.242-73 and Nasa Procedures and Guidelines (NPG) 9501.2D. the Contractor Shall Provide the Overall Management Effort Required to Integrate Technical and Programmatic Functions Necessary for Achievement of the Objectives of the Contract. the Contractor Shall Develop, Submit, and Maintain Detailed Master Schedules Based on a Logic Driven Network That Supports Applicable Msad Project and ISS Program Managed Milestones. the Contractor Shall BE Responsible for Procurement Functions: the Contractor Shall Create, Maintain and Submit in the Format Specified by Msad, Miscellaneous Graphics, Presentations and Reports Supporting the Payloads and the Research Program, and the Major Msad Program Activities and Milestones. the Contractor Shall Define, Design, Develop, Fabricate, Assemble, Test, Deliver, Integrate and Operate Microgravity Science Payloads and Facilities. the Contractor Shall Define the Resources, Structure, Approach, and Processes Required to Complete the Final Design, Development, Fabrication, Assembly, Test, Integration, Operation, Maintenance, Support, and Retirement of the Required Hardware, Software, and Associated Infrastructure. the Contractor Shall Support or Conduct Technical Reviews Appropriate for Individual Payload Development and to Meet the Requirements of the Order — $397.2M (National Aeronautics and Space Administration)
- Mission Operations and Integration (MO&I) Contract. This Contract Involves Operations Support for ALL Phases of Flight Including Mission Preparation, Crew and Flight Controller Training, and Real-Time Operations Requirements for Spaceflight Operations Support. the Core Services Portion of the Contract Establishes Requirements for Payload Operations in Support of the International Space Station (ISS) Program, While Task Orders Issued Under the Indefinite Delivery Indefinite Quantity (idiq) Component Will Provide the Capability to ADD Operations Support for Other Program or Project Requirements — $371.5M (National Aeronautics and Space Administration)
- Marshall Operations Systems, Services, and Integration II (mossi II) — $253.6M (National Aeronautics and Space Administration)
- Production of FMS Boats U1, U2, and U3 — $237.7M (Department of Defense)
- Launch Vehicle/Stages Adapter — $205.5M (National Aeronautics and Space Administration)
View all Teledyne Brown Engineering, Inc. federal contracts →
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)