DoD awards $94.6M for flight training device software updates, impacting 29 Navy aircraft simulators

Contract Overview

Contract Amount: $94,562,611 ($94.6M)

Contractor: BY Light Professional IT Services LLC

Awarding Agency: Department of Defense

Start Date: 2022-05-26

End Date: 2029-02-28

Contract Duration: 2,470 days

Daily Burn Rate: $38.3K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: THE PURPOSE OF THIS PROCUREMENT IS TO PROCURE TSS SOFTWARE UPDATES FOR SIX (6) NAVY CMV-22 FLIGHT TRAINING DEVICES AND TWENTY- THREE (23) MV-22 FLIGHT TRAINING DEVICES FOR A TOTAL OF TWENTY-NINE (29) DEVICES.

Place of Performance

Location: MCCUTCHEON FIELD, ONSLOW County, NORTH CAROLINA, 28545

State: North Carolina Government Spending

Plain-Language Summary

Department of Defense obligated $94.6 million to BY LIGHT PROFESSIONAL IT SERVICES LLC for work described as: THE PURPOSE OF THIS PROCUREMENT IS TO PROCURE TSS SOFTWARE UPDATES FOR SIX (6) NAVY CMV-22 FLIGHT TRAINING DEVICES AND TWENTY- THREE (23) MV-22 FLIGHT TRAINING DEVICES FOR A TOTAL OF TWENTY-NINE (29) DEVICES. Key points: 1. Value for money assessed through firm-fixed-price contract, aiming for predictable costs. 2. Competition dynamics indicate full and open bidding, suggesting potential for competitive pricing. 3. Risk indicators include contract duration and reliance on specific software updates. 4. Performance context involves maintaining readiness for CMV-22 and MV-22 aircraft. 5. Sector positioning within defense IT and training services. 6. The contract's value is significant within the specialized field of aviation simulation maintenance.

Value Assessment

Rating: good

The contract's firm-fixed-price structure provides cost certainty for the Navy. Benchmarking against similar sustainment contracts for complex training systems is challenging due to the specialized nature of flight simulators. However, the total award amount of $94.6 million over approximately 6.5 years suggests a substantial investment in maintaining critical training capabilities. The price appears reasonable given the scope of supporting 29 flight training devices for advanced aircraft.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit offers. The specific number of bidders is not detailed, but this procurement method generally fosters a competitive environment, which can lead to better pricing and innovation. The Navy's approach suggests they sought the best value through a broad solicitation.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it maximizes the pool of potential offerors, driving down prices and ensuring the government receives competitive terms.

Public Impact

Naval aviators and aircrew benefit from updated and reliable flight training simulators. Services delivered include essential software updates for 29 CMV-22 and MV-22 flight training devices. Geographic impact is primarily at Navy training installations where these devices are located. Workforce implications include the need for skilled personnel to implement and maintain the software updates.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the defense information technology and simulation/training sector. The market for specialized aviation simulation software and maintenance is niche, dominated by a few key players. Spending in this area is critical for maintaining pilot proficiency and operational readiness for complex aircraft like the V-22 Osprey variants. Comparable spending benchmarks are difficult to establish precisely due to the unique nature of flight training devices.

Small Business Impact

The provided data does not indicate any specific small business set-aside or subcontracting goals for this contract. As it was awarded under full and open competition, it's possible that small businesses could have participated as prime contractors or subcontractors if they met the requirements. Further analysis would be needed to determine the extent of small business involvement.

Oversight & Accountability

The contract is subject to standard Department of Defense oversight mechanisms. Accountability is managed through the firm-fixed-price structure and delivery order terms. Transparency is facilitated by the contract award data being publicly available. The Inspector General's office may conduct audits or investigations as deemed necessary.

Related Government Programs

Risk Flags

Tags

department-of-defense, department-of-the-navy, aviation-training, flight-simulators, software-updates, firm-fixed-price, full-and-open-competition, it-services, north-carolina, cmv-22, mv-22

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $94.6 million to BY LIGHT PROFESSIONAL IT SERVICES LLC. THE PURPOSE OF THIS PROCUREMENT IS TO PROCURE TSS SOFTWARE UPDATES FOR SIX (6) NAVY CMV-22 FLIGHT TRAINING DEVICES AND TWENTY- THREE (23) MV-22 FLIGHT TRAINING DEVICES FOR A TOTAL OF TWENTY-NINE (29) DEVICES.

Who is the contractor on this award?

The obligated recipient is BY LIGHT PROFESSIONAL IT SERVICES LLC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $94.6 million.

What is the period of performance?

Start: 2022-05-26. End: 2029-02-28.

What is the historical spending trend for TSS software updates for Navy flight training devices?

Analyzing historical spending on TSS software updates for Navy flight training devices requires access to detailed procurement data over multiple fiscal years. Without specific historical data for this particular contract vehicle or similar procurements, it's difficult to establish a precise trend. However, the recurring need for software updates suggests a consistent, albeit potentially fluctuating, expenditure pattern driven by technological advancements, security patches, and evolving training requirements. The current $94.6 million award over approximately 6.5 years indicates a significant and sustained investment in this capability, implying that past spending was likely substantial enough to warrant such a long-term commitment.

How does the per-unit cost of software updates compare to industry benchmarks for similar flight simulators?

Determining a precise per-unit cost for these software updates is challenging without knowing the exact nature and scope of each update and the specific configuration of the 29 flight training devices. The contract is a firm-fixed-price award for a total value, not itemized per update or per device. Industry benchmarks for flight simulator software maintenance vary widely based on simulator fidelity, aircraft type, and vendor. Given the specialized nature of V-22 simulators, costs are likely higher than for more common aircraft. The total award divided by the number of devices ($94.6M / 29 devices ≈ $3.26M per device over ~6.5 years) represents the average annual investment per simulator, which would need to be compared against detailed cost breakdowns from other military or high-end civilian simulation providers to assess true value.

What are the key performance indicators (KPIs) used to measure the success of this contract?

While specific KPIs are not detailed in the award notice, typical performance indicators for such a contract would likely include metrics related to software update delivery timeliness, successful installation rates, system uptime and availability of the training devices post-update, and the resolution time for any reported software defects or issues. The Navy would also likely assess the contractor's adherence to security protocols during software deployment and their responsiveness to technical support requests. Ultimately, the overarching measure of success is the continued operational readiness and effectiveness of the CMV-22 and MV-22 flight training devices, ensuring pilots receive high-quality, up-to-date training.

What is the contractor's track record with similar Department of Defense software sustainment contracts?

BY LIGHT PROFESSIONAL IT SERVICES LLC has a history of performing IT services and support for the Department of Defense. While the specific details of their past performance on TSS software updates for flight training devices are not provided in this award notice, their ability to win a full and open competition for a contract of this magnitude suggests they possess relevant experience and capabilities. A deeper dive into their contract history, past performance reviews (e.g., CPARS), and experience with aviation simulation or complex software sustainment would be necessary for a comprehensive assessment of their track record.

Are there any identified risks associated with the long duration of this contract (approx. 6.5 years)?

The long duration of this contract, spanning from May 2022 to February 2029, presents several potential risks. Technological obsolescence is a primary concern; software and hardware capabilities can evolve rapidly, potentially making the updates or the training devices themselves less relevant over time. Contractor performance stability is another risk; a long contract term increases the chance of performance degradation, key personnel turnover, or financial instability within the contractor's organization. Furthermore, market conditions and pricing structures can change significantly over such a period, potentially leading to the government paying above-market rates if initial price assumptions become outdated. Finally, the extended commitment might limit the Navy's flexibility to adopt newer, potentially more effective training technologies or solutions that emerge during the contract period.

Industry Classification

NAICS: ManufacturingCommercial and Service Industry Machinery ManufacturingOther Commercial and Service Industry Machinery Manufacturing

Product/Service Code: TRAINING AIDS AND DEVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: N6134017R0042

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Veraxx Engineering Corporation

Address: 14130 SULLYFIELD CIR STE B, CHANTILLY, VA, 20151

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $94,562,611

Exercised Options: $94,562,611

Current Obligation: $94,562,611

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: N6134018D5018

IDV Type: IDC

Timeline

Start Date: 2022-05-26

Current End Date: 2029-02-28

Potential End Date: 2029-02-28 00:00:00

Last Modified: 2025-12-31

More Contracts from BY Light Professional IT Services LLC

View all BY Light Professional IT Services LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending