DoD's $57.4M contract for investigation equipment maintenance awarded to L3 Technologies, Inc. raises value concerns

Contract Overview

Contract Amount: $57,385,794 ($57.4M)

Contractor: L3 Technologies, Inc.

Awarding Agency: Department of Defense

Start Date: 2026-05-04

End Date: 2026-05-04

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: SF1 INVESTIGATION REQUESTS & MAINTENANCE

Place of Performance

Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92123

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $57.4 million to L3 TECHNOLOGIES, INC. for work described as: SF1 INVESTIGATION REQUESTS & MAINTENANCE Key points: 1. The contract's value proposition is unclear due to a lack of competitive bidding and limited public information on performance metrics. 2. Competition dynamics are heavily skewed towards a sole-source award, potentially limiting price discovery and innovation. 3. Risk indicators include the absence of a competitive process and the potential for cost overruns in a cost-plus contract. 4. Performance context is difficult to assess without clear benchmarks or historical data on similar maintenance services. 5. The contract falls within the 'Other Communications Equipment Manufacturing' sector, a niche area with specialized requirements. 6. The award to a single, established contractor may indicate a reliance on specialized capabilities, but also limits market entry for others.

Value Assessment

Rating: questionable

Benchmarking the value of this contract is challenging due to its sole-source nature and the 'Other Communications Equipment Manufacturing' classification, which lacks readily available comparable data. The Cost Plus Fixed Fee (CPFF) pricing structure introduces inherent risk for cost overruns if not meticulously managed. Without a competitive bidding process, it's difficult to ascertain if the fixed fee adequately reflects market rates or if taxpayers are receiving optimal value for the maintenance services provided.

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. This typically occurs when only one responsible source is available or when the agency determines that a sole-source award is in the government's best interest. The lack of competition means that multiple bidders were not evaluated, and the government did not benefit from the price reductions and service improvements that can arise from a competitive procurement process.

Taxpayer Impact: Sole-source awards can lead to higher prices for taxpayers as there is no competitive pressure to drive down costs. It also limits the government's ability to explore alternative solutions or technologies that might be offered by other vendors.

Public Impact

The Department of the Navy benefits from the continued maintenance and support of critical investigation equipment, ensuring operational readiness. This contract supports the maintenance of specialized communications equipment, likely used for sensitive national security operations. The primary geographic impact is within the Department of the Navy's operational areas, potentially worldwide. The contract supports specialized technical roles within L3 Technologies, Inc., contributing to the existing workforce in defense manufacturing and maintenance.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The 'Other Communications Equipment Manufacturing' sector encompasses a wide range of specialized electronic and telecommunications equipment. This contract likely falls into a niche within this sector, focusing on maintenance for sensitive or classified investigation tools. The overall market for defense-related communications equipment is substantial, driven by ongoing modernization efforts and the need for advanced technological capabilities. Benchmarking spending in this specific sub-sector is difficult without more granular data, but it represents a critical component of national defense infrastructure.

Small Business Impact

This contract does not appear to have a small business set-aside component, as indicated by 'sb': false. Furthermore, the sole-source nature of the award limits opportunities for small businesses to participate as prime contractors. While L3 Technologies, Inc. may engage small businesses as subcontractors, the primary award does not directly foster small business growth in this specific procurement. The impact on the broader small business ecosystem is minimal for this particular contract.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of the Navy's contracting and program management offices. Accountability measures are typically embedded within the contract terms, including performance standards and reporting requirements. Transparency is limited due to the sole-source nature and the sensitive classification of the equipment. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

defense, department-of-defense, department-of-the-navy, l3-technologies-inc, sole-source, maintenance, communications-equipment, other-communications-equipment-manufacturing, cost-plus-fixed-fee, delivery-order, california

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $57.4 million to L3 TECHNOLOGIES, INC.. SF1 INVESTIGATION REQUESTS & MAINTENANCE

Who is the contractor on this award?

The obligated recipient is L3 TECHNOLOGIES, INC..

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Navy).

What is the total obligated amount?

The obligated amount is $57.4 million.

What is the period of performance?

Start: 2026-05-04. End: 2026-05-04.

What is the historical spending pattern for SF1 INVESTIGATION REQUESTS & MAINTENANCE with L3 TECHNOLOGIES, INC. or similar contracts?

Detailed historical spending data for this specific contract line item (SF1 INVESTIGATION REQUESTS & MAINTENANCE) and contractor (L3 TECHNOLOGIES, INC.) is not readily available in the provided data. To assess historical patterns, one would need access to a comprehensive federal procurement database that tracks contract awards over multiple fiscal years. This would allow for an analysis of the frequency, value, and duration of previous awards for similar services to this contractor or to other entities performing comparable maintenance functions. Without this historical context, it is difficult to determine if the current $57.4 million award represents an increase, decrease, or consistent level of spending for this requirement.

How does the pricing structure (Cost Plus Fixed Fee) compare to industry standards for similar maintenance services?

The Cost Plus Fixed Fee (CPFF) pricing structure is common in government contracting, particularly for services where the scope of work may evolve or is difficult to precisely define upfront, such as research and development or complex maintenance. For maintenance services, CPFF allows the contractor to recover all allowable costs plus a predetermined fixed fee representing profit. While standard, it shifts cost risk to the government. Industry standards for similar maintenance services can vary significantly based on the complexity, criticality, and specialized nature of the equipment. Without specific details on the 'investigation equipment' and the required maintenance tasks, a direct comparison is challenging. However, CPFF contracts generally require robust government oversight to manage costs effectively and ensure the fixed fee remains reasonable relative to the effort and risk involved.

What are the specific performance metrics and Key Performance Indicators (KPIs) for this contract?

The provided data does not include specific performance metrics or Key Performance Indicators (KPIs) for this contract. Typically, such details are outlined in the contract's Statement of Work (SOW) or Performance Work Statement (PWS). For a maintenance contract like this, common KPIs might include response time to maintenance requests, equipment uptime percentages, successful repair rates, adherence to maintenance schedules, and quality of service delivery. The absence of this information in the summary data makes it difficult to objectively assess the contractor's performance and the overall effectiveness of the service being procured. Robust KPIs are crucial for ensuring accountability and value for money, especially in sole-source or CPFF arrangements.

What is the track record of L3 TECHNOLOGIES, INC. in fulfilling similar sole-source maintenance contracts for the Department of Defense?

L3 Technologies, Inc. (now part of L3Harris Technologies) has a significant track record of performing various contracts with the Department of Defense, including those involving specialized equipment and services. Assessing their specific performance on similar sole-source maintenance contracts would require a deeper dive into contract databases to identify past awards, their values, durations, and any associated performance reviews or past performance questionnaires. Generally, large defense contractors like L3Harris are awarded sole-source contracts due to possessing unique capabilities, proprietary technology, or fulfilling urgent requirements where competition is not feasible. Their extensive experience suggests a capacity to handle complex maintenance, but the success of any specific sole-source award hinges on the government's diligence in defining requirements, negotiating fair prices, and providing adequate oversight.

What is the potential impact of this sole-source award on future competition for similar communication equipment maintenance?

The sole-source nature of this $57.4 million contract for investigation equipment maintenance could have several implications for future competition. Firstly, it may signal to the market that L3 Technologies, Inc. holds a dominant or exclusive position for servicing this specific type of equipment, potentially deterring other companies from investing in the necessary expertise or certifications to compete. Secondly, if the contract is lengthy or involves critical infrastructure, it could create a vendor lock-in effect, making it difficult for the government to switch providers or introduce new technologies later. However, if the contract includes provisions for technology transfer or knowledge sharing, it could potentially enable future competition. The government's justification for the sole-source award and its long-term strategy for this equipment will be key determinants of its impact on future market dynamics.

Industry Classification

NAICS: ManufacturingCommunications Equipment ManufacturingOther Communications Equipment Manufacturing

Product/Service Code: COMM/DETECT/COHERENT RADIATION

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: N0003923R4013

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Parent Company: L3harris Technologies, Inc

Address: 9020 BALBOA AVE, SAN DIEGO, CA, 92123

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $60,340,269

Exercised Options: $60,340,269

Current Obligation: $57,385,794

Actual Outlays: $506,791

Subaward Activity

Number of Subawards: 51

Total Subaward Amount: $17,675,897

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: N0003923D4000

IDV Type: IDC

Timeline

Start Date: 2026-05-04

Current End Date: 2026-05-04

Potential End Date: 2026-05-04 00:00:00

Last Modified: 2026-01-12

More Contracts from L3 Technologies, Inc.

View all L3 Technologies, Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending