DoD's $208M engine parts contract awarded to General Electric, raising questions on competition and value

Contract Overview

Contract Amount: $208,400,000 ($208.4M)

Contractor: General Electric Company

Awarding Agency: Department of Defense

Start Date: 2025-01-01

End Date: 2025-12-31

Contract Duration: 364 days

Daily Burn Rate: $572.5K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: F414 FS PBL DELIVERY ORDER JAN 2025 - DEC 2025

Place of Performance

Location: LYNN, ESSEX County, MASSACHUSETTS, 01905

State: Massachusetts Government Spending

Plain-Language Summary

Department of Defense obligated $208.4 million to GENERAL ELECTRIC COMPANY for work described as: F414 FS PBL DELIVERY ORDER JAN 2025 - DEC 2025 Key points: 1. Contract awarded on a sole-source basis, limiting competitive pressure on pricing. 2. Significant portion of contract value allocated to sustainment, indicating long-term reliance on the incumbent. 3. Performance period aligns with anticipated operational needs for aircraft engines. 4. Lack of competition may lead to suboptimal price discovery and potentially higher costs for taxpayers. 5. The contract's value is substantial, requiring robust oversight to ensure fiscal responsibility. 6. Focus on parts delivery suggests a critical component in maintaining fleet readiness.

Value Assessment

Rating: questionable

Benchmarking the value of this sole-source contract is challenging due to the absence of competitive bids. The $208.4 million award for engine parts over one year represents a significant investment. Without comparable contract data or a competitive bidding process, it is difficult to definitively assess if this represents fair market value. The firm-fixed-price structure offers some cost certainty, but the lack of competition is a primary concern for value realization.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded using a sole-source justification, meaning only one bidder, General Electric Company, was solicited. This approach bypasses the standard competitive procurement process, which typically involves multiple vendors submitting proposals. While sole-source awards can be justified in specific circumstances (e.g., unique capabilities, urgent needs), they inherently reduce price competition and may not yield the best possible pricing for the government.

Taxpayer Impact: Sole-source awards limit the government's ability to leverage competition to drive down prices, potentially resulting in higher costs for taxpayers compared to a fully competed contract.

Public Impact

The primary beneficiaries are the Department of the Navy and its operational readiness, ensuring aircraft engines are maintained. Services delivered include the provision of critical engine parts, essential for the sustainment of naval aviation fleets. The geographic impact is primarily within the operational theaters where naval aircraft are deployed. Workforce implications include the continued employment of skilled personnel at General Electric involved in manufacturing and logistics for these engine parts.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the aerospace and defense sector, specifically focusing on aircraft engine components. The market for such specialized parts is often dominated by a few key manufacturers due to high barriers to entry, including complex engineering, stringent quality control, and established relationships with defense agencies. General Electric is a major player in this segment, and contracts like this are crucial for maintaining the operational capabilities of military aircraft fleets. Comparable spending benchmarks would typically involve other sustainment contracts for similar high-value aerospace components.

Small Business Impact

This contract does not appear to include a small business set-aside. Given the sole-source nature and the specialized requirements for aircraft engine parts, it is unlikely that small businesses would be primary awardees. However, General Electric may engage small businesses as subcontractors for certain components or services, though this is not explicitly detailed in the provided data. The impact on the broader small business ecosystem is likely minimal for this specific award.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of the Navy's contracting and program management offices. As a sole-source award, scrutiny may be heightened to ensure the justification for non-competition is valid and that the pricing is reasonable. Transparency is limited by the lack of competitive proposals. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

defense, department-of-the-navy, aircraft-engine-parts, sole-source, firm-fixed-price, sustainment, general-electric, massachusetts, delivery-order, 2025, f414-engine

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $208.4 million to GENERAL ELECTRIC COMPANY. F414 FS PBL DELIVERY ORDER JAN 2025 - DEC 2025

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 Navy).

What is the total obligated amount?

The obligated amount is $208.4 million.

What is the period of performance?

Start: 2025-01-01. End: 2025-12-31.

What is General Electric's track record with similar sole-source contracts for aircraft engine parts?

General Electric Company has a long history of supplying aircraft engines and parts to the U.S. military, often through sole-source or limited-competition contracts due to the proprietary nature of their designs and the high level of specialized expertise required. Analyzing past sole-source awards for similar engine models or components can provide insight into their pricing trends and performance history. However, without access to detailed historical contract data and performance reviews, a comprehensive assessment of their track record specifically for sole-source sustainment parts is difficult. It is common for established prime contractors to hold sole-source positions for critical, long-lifecycle components where developing alternative sources would be prohibitively expensive or technically infeasible.

How does the $208.4 million value compare to previous years' spending on these specific engine parts?

To accurately compare the $208.4 million value to previous years, historical spending data for the same or equivalent aircraft engine parts would be required. This contract covers a 12-month period from January 2025 to December 2025. If previous years saw significantly lower or higher spending for similar sustainment requirements, it could indicate changes in operational tempo, part obsolescence, or pricing adjustments. The absence of competitive bidding makes direct year-over-year value comparison less indicative of market efficiency and more reflective of the incumbent's pricing and the government's sustained need. A detailed analysis would involve examining contract histories for the specific engine type and parts covered under this award.

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

The primary risks associated with a sole-source award for critical aircraft engine parts include inflated pricing due to a lack of competitive pressure, potential for reduced innovation from the supplier, and a heightened risk of supply chain disruptions if the sole source encounters production issues. Taxpayers may bear higher costs because the government cannot leverage market competition to secure the best possible price. Furthermore, long-term reliance on a single supplier can create strategic vulnerabilities. While the firm-fixed-price nature of this contract mitigates cost overrun risk for the government on the awarded amount, it does not guarantee that the initial price represents optimal value. Robust oversight and negotiation are crucial to mitigate these risks.

What is the expected program effectiveness or impact of this contract on naval aviation readiness?

This contract is expected to directly support naval aviation readiness by ensuring the availability of critical engine parts for a specific aircraft fleet. The timely delivery of these components is essential for maintaining aircraft in operational status, minimizing downtime for maintenance, and ensuring that naval aviators have reliable equipment. The effectiveness of the contract is largely dependent on the supplier's ability to deliver high-quality parts on schedule and the government's ability to manage the contract efficiently. Given that this is a sustainment contract for existing platforms, its primary impact is maintaining the current operational capability rather than introducing new capabilities.

Are there any alternative sources or potential for future competition for these engine parts?

The potential for future competition for these specific aircraft engine parts depends heavily on the intellectual property rights, manufacturing complexity, and the existence of qualified alternative suppliers. If the engine design is proprietary to General Electric and requires specialized tooling and expertise, establishing alternative sources can be extremely difficult and costly. The Department of Defense may explore second-sourcing strategies or competitive prototyping for future procurements if feasible and cost-effective. However, for mature platforms with established sustainment contracts, sole-source awards are often maintained due to the high cost and risk associated with transitioning to new suppliers.

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 COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1000 WESTERN AVE, LYNN, MA, 01905

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: $208,400,000

Exercised Options: $208,400,000

Current Obligation: $208,400,000

Subaward Activity

Number of Subawards: 82

Total Subaward Amount: $6,687,003

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: N0038323DDM01

IDV Type: IDC

Timeline

Start Date: 2025-01-01

Current End Date: 2025-12-31

Potential End Date: 2026-04-01 00:00:00

Last Modified: 2025-05-15

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