Uscg PSC 280EP Systems Contract Awarded to Teledyne Flir Defense, Inc. for Over $2.16 Million
Contract Overview
Contract Amount: $2,164,113 ($2.2M)
Contractor: Teledyne Flir Defense, Inc.
Awarding Agency: Department of Defense
Start Date: 2025-12-11
End Date: 2026-10-08
Contract Duration: 301 days
Daily Burn Rate: $7.2K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: USCG PSC 280EP SYSTEMS
Place of Performance
Location: NORTH BILLERICA, MIDDLESEX County, MASSACHUSETTS, 01862
Plain-Language Summary
Department of Defense obligated $2.2 million to TELEDYNE FLIR DEFENSE, INC. for work described as: USCG PSC 280EP SYSTEMS Key points: 1. Contract awarded for search, detection, navigation, guidance, aeronautical, and nautical systems. 2. TELEDYNE FLIR DEFENSE, INC. is the sole awardee. 3. The contract is a delivery order under a larger indefinite-delivery contract. 4. The contract duration is approximately 301 days. 5. The contract is firm-fixed-price, indicating predictable costs for the government. 6. The award is not a small business set-aside.
Value Assessment
Rating: fair
Benchmarking the value of this specific delivery order is challenging without knowing the scope of the underlying indefinite-delivery contract and the specific systems procured. However, the firm-fixed-price nature suggests cost certainty. Further analysis would require comparing the unit prices of the systems to similar market offerings or previous government procurements of comparable equipment. The total award amount of over $2.16 million for a 301-day period warrants scrutiny to ensure it aligns with the expected performance and technological capabilities of the systems.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as a sole-source action, meaning it was not competed among multiple vendors. This typically occurs when a specific vendor possesses unique capabilities or when the procurement is a follow-on to a previous contract where competition was previously established. The lack of competition raises questions about whether the government received the best possible pricing and terms, as there was no direct comparison with other potential suppliers.
Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers as competitive pressures are absent, potentially limiting price discovery and innovation.
Public Impact
The U.S. Coast Guard (USCG) is the primary beneficiary, receiving critical systems for its operations. The contract supports the acquisition of search, detection, navigation, guidance, aeronautical, and nautical systems. The geographic impact is likely national, supporting USCG operations across various regions. The contract may have implications for the defense and maritime technology workforce, particularly at TELEDYNE FLIR DEFENSE, INC.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may result in suboptimal pricing.
- Sole-source award requires justification to ensure necessity and fair value.
- Dependence on a single vendor for critical systems can pose supply chain risks.
Positive Signals
- Firm-fixed-price contract provides cost certainty.
- Award to an established defense contractor suggests potential for reliable delivery.
- Delivery order under an existing contract may indicate streamlined acquisition process.
Sector Analysis
This contract falls within the 'Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing' sector, classified under NAICS code 334511. This industry is characterized by specialized technology development and manufacturing for defense, aerospace, and maritime applications. Spending in this sector is often driven by government procurement needs for advanced sensing and navigation equipment. Comparable spending benchmarks would involve analyzing other contracts for similar systems awarded to various defense contractors.
Small Business Impact
This contract was not awarded as a small business set-aside, and there is no indication of subcontracting requirements for small businesses in the provided data. Therefore, it is unlikely to have a direct positive impact on the small business ecosystem through this specific award. Further investigation into the underlying indefinite-delivery contract might reveal broader small business utilization goals.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Defense's contracting and procurement regulations. As a delivery order under an existing contract, the initial oversight would have occurred during the award of the base contract. The specific agency responsible for overseeing this delivery order is the Department of the Navy, acting on behalf of the USCG. Transparency would be enhanced by public availability of the contract award details and justifications for the sole-source nature.
Related Government Programs
- USCG Command and Control Systems
- Naval Systems Procurement
- Defense Advanced Research Projects Agency (DARPA) programs
- Maritime Surveillance Technology
- Aeronautical Navigation Systems
Risk Flags
- Sole-source award requires strong justification.
- Potential for higher costs due to lack of competition.
- Dependence on a single vendor.
Tags
uscg, defense, teledyne-flir-defense-inc, sole-source, delivery-order, firm-fixed-price, search-detection-navigation-guidance-aeronautical-nautical-system-and-instrument-manufacturing, massachusetts, department-of-the-navy, >$1m
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $2.2 million to TELEDYNE FLIR DEFENSE, INC.. USCG PSC 280EP SYSTEMS
Who is the contractor on this award?
The obligated recipient is TELEDYNE FLIR DEFENSE, 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 $2.2 million.
What is the period of performance?
Start: 2025-12-11. End: 2026-10-08.
What is the specific nature of the '280EP SYSTEMS' being procured by the USCG?
The provided data indicates the contract is for 'USCG PSC 280EP SYSTEMS' and falls under NAICS code 334511, which covers 'Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing.' While the exact '280EP SYSTEMS' are not detailed, they are likely specialized equipment related to these functions. This could include radar systems, sonar, navigation aids, communication equipment, or integrated sensor suites crucial for Coast Guard missions such as search and rescue, maritime security, and law enforcement. The specific designation '280EP' might refer to a particular system model, a project name, or a technical specification series.
What is the justification for awarding this contract on a sole-source basis to TELEDYNE FLIR DEFENSE, INC.?
The justification for a sole-source award typically stems from specific circumstances outlined in federal acquisition regulations. Common reasons include that the services or supplies can be obtained only from a single responsible source, the procurement is a follow-on to a previously competed contract where a specific vendor's technology is integral, or there's a critical need for compatibility with existing systems. For TELEDYNE FLIR DEFENSE, INC., it might be that they are the sole manufacturer of a proprietary system, possess unique technical expertise, or that this delivery order is a logical follow-on to a contract where they were previously selected through competition. A formal justification document (e.g., a Justification and Approval - J&A) would typically be required and made public for sole-source awards above certain thresholds.
How does the $2.16 million award compare to historical spending on similar systems by the USCG or Department of Defense?
Direct comparison of this $2.16 million delivery order to historical spending requires identifying precisely what the '280EP SYSTEMS' are and then searching for similar procurements. If these are advanced sensor or navigation systems, historical data for similar equipment could range from hundreds of thousands to millions of dollars per system or suite, depending on complexity and quantity. The Department of Defense and USCG procure a vast array of systems, and this amount could represent a significant investment for a specific capability or a relatively minor expenditure within a larger modernization program. Analyzing contract databases for awards to TELEDYNE FLIR DEFENSE, INC. or other manufacturers of comparable systems would provide a more robust benchmark.
What are the potential risks associated with TELEDYNE FLIR DEFENSE, INC. being the sole provider for these systems?
The primary risks associated with a sole-source award to a single provider like TELEDYNE FLIR DEFENSE, INC. revolve around cost, supply chain, and innovation. Without competition, the government may not achieve the lowest possible price, potentially leading to higher overall program costs. Dependence on a single vendor can create supply chain vulnerabilities; if the vendor experiences production issues, financial instability, or geopolitical disruptions, the government's access to critical systems could be jeopardized. Furthermore, a lack of competitive pressure might reduce the incentive for the sole provider to innovate or offer upgrades as aggressively as they might in a competitive market.
What is TELEDYNE FLIR DEFENSE, INC.'s track record with government contracts, particularly with the USCG or Department of Defense?
TELEDYNE FLIR DEFENSE, INC. is a known entity in the defense and security sector, often associated with electro-optical and infrared imaging, sensor systems, and related technologies. Their track record with government contracts, including those with the Department of Defense and potentially the USCG, is likely extensive. Analyzing their contract history would reveal their performance on previous awards, including delivery timeliness, quality of products/services, and adherence to contract terms. Past performance information is a critical factor in federal contracting, and agencies often rely on this data when making award decisions, even in sole-source situations, to ensure the selected contractor has a history of successful execution.
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: COMM/DETECT/COHERENT RADIATION
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 25 ESQUIRE RD, NORTH BILLERICA, MA, 01862
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: $2,164,113
Exercised Options: $2,164,113
Current Obligation: $2,164,113
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N0016422DJQ06
IDV Type: IDC
Timeline
Start Date: 2025-12-11
Current End Date: 2026-10-08
Potential End Date: 2026-10-08 00:00:00
Last Modified: 2026-01-15
More Contracts from Teledyne Flir Defense, Inc.
- Joint Nuclear Biological Chemical Reconnaissance System Increment 2 (jnbcrs 2) - Clin 0001 — $105.8M (Department of Defense)
- Tacflir 380HD (TFU) Stabilized Turret Flir Unit and Ancillary Items for the Product Management Electro-Optic / Infrared Payloads - Force Protection (PDM Eo/Ir-Fp) Program — $75.2M (Department of Defense)
- -Dismounted Reconaissance-Suits Kits Outfits Full Rate Production (50) Fifty Army Configuration Systems — $54.2M (Department of Defense)
- Dismounted Reconnaissance Sets, Kits, and Outfits (dr-Sko) Full Rate Production (FRP) Army Configuration Fifty (50) Army Systems — $51.1M (Department of Defense)
- Nuclear Biological Chemical Reconnaissance Vehicle (nbcrv) Sensor Suite Upgrade (SSU) Capability SET 2.2 (CS2.2) — $47.2M (Department of Defense)
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)