DoD Awards $25M for MH-60R/S Training System Upgrades to J.F. Taylor, Inc

Contract Overview

Contract Amount: $25,085,493 ($25.1M)

Contractor: J.F. Taylor, Inc.

Awarding Agency: Department of Defense

Start Date: 2024-10-24

End Date: 2028-04-12

Contract Duration: 1,266 days

Daily Burn Rate: $19.8K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: MH-60R/S TRAINING SYSTEM UPGRADES

Place of Performance

Location: GREAT MILLS, SAINT MARYS County, MARYLAND, 20634

State: Maryland Government Spending

Plain-Language Summary

Department of Defense obligated $25.1 million to J.F. TAYLOR, INC. for work described as: MH-60R/S TRAINING SYSTEM UPGRADES Key points: 1. Significant investment in critical naval aviation training capabilities. 2. J.F. Taylor, Inc. is the sole awardee, raising questions about competition. 3. Potential for cost overruns or performance issues due to limited competition. 4. The contract falls within the broader Defense sector, specifically naval aviation support.

Value Assessment

Rating: fair

The contract value of $25M appears reasonable for complex training system upgrades. However, without detailed cost breakdowns or benchmarks for similar systems, a definitive assessment of value is difficult. The firm-fixed-price structure provides some cost certainty.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a limited competition. This method may have restricted the pool of potential offerors, potentially impacting price discovery and leading to a higher price than under full and open competition.

Taxpayer Impact: Taxpayer funds are being used for this award. The limited competition raises concerns about whether the government received the best possible price.

Public Impact

Enhances pilot training for critical MH-60R/S helicopters, improving readiness. Supports the U.S. Navy's operational capabilities and safety standards. Investment in advanced simulation technology for military personnel.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Defense sector, specifically focusing on training and simulation for naval aviation. Spending in this area is crucial for maintaining pilot proficiency and operational readiness. Benchmarks for similar training system upgrades can vary widely based on complexity and technology.

Small Business Impact

The awardee, J.F. Taylor, Inc., is not identified as a small business. There is no indication that small businesses were subcontracted for this specific award, suggesting limited direct impact on the small business sector.

Oversight & Accountability

The Department of the Navy is responsible for oversight. The 'exclusion of sources' clause warrants scrutiny to ensure the justification for limiting competition was robust and that the pricing reflects fair market value.

Related Government Programs

Risk Flags

Tags

commercial-and-service-industry-machiner, department-of-defense, md, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $25.1 million to J.F. TAYLOR, INC.. MH-60R/S TRAINING SYSTEM UPGRADES

Who is the contractor on this award?

The obligated recipient is J.F. TAYLOR, 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 $25.1 million.

What is the period of performance?

Start: 2024-10-24. End: 2028-04-12.

What was the specific justification for excluding other potential sources, and how was the pricing validated against market rates?

The justification for excluding other sources is critical for understanding the competitive landscape. Agencies typically require detailed documentation, such as a Justification and Approval (J&A), when limiting competition. The pricing validation process would involve comparing the proposed costs against historical data for similar systems, independent cost estimates, or commercial price lists, if applicable, to ensure a fair and reasonable price was achieved.

What are the key performance indicators (KPIs) for this training system upgrade, and how will their achievement be measured?

Key performance indicators likely focus on the fidelity of the simulation, system reliability, user feedback from pilots and instructors, and the system's ability to replicate realistic operational scenarios. Measurement methods would involve rigorous testing protocols, user acceptance trials, post-deployment performance monitoring, and regular reporting by the contractor against defined metrics.

What is the long-term strategy for maintaining and updating these training systems beyond the current contract period?

The long-term strategy would involve planning for sustainment, potential future upgrades, and technology refresh cycles. This could include options for follow-on support contracts, incorporating new training requirements as they emerge, and ensuring interoperability with evolving aircraft systems and doctrine. Proactive planning helps avoid obsolescence and ensures continued training effectiveness.

Industry Classification

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

Product/Service Code: TRAINING AIDS AND DEVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: N6134023R0007

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 45671 PLEASANT MILL DR, GREAT MILLS, MD, 20634

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $30,996,831

Exercised Options: $26,561,951

Current Obligation: $25,085,493

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $8,058,112

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: N6134024D0012

IDV Type: IDC

Timeline

Start Date: 2024-10-24

Current End Date: 2028-04-12

Potential End Date: 2029-12-31 00:00:00

Last Modified: 2026-01-15

More Contracts from J.F. Taylor, Inc.

View all J.F. Taylor, Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending