DoD's $203M Bradley transmission repair contract awarded to L3 Technologies, Inc. lacked competition
Contract Overview
Contract Amount: $202,877,935 ($202.9M)
Contractor: L3 Technologies, Inc.
Awarding Agency: Department of Defense
Start Date: 2008-10-31
End Date: 2016-12-31
Contract Duration: 2,983 days
Daily Burn Rate: $68.0K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIXED PRICE INCENTIVE
Sector: Defense
Official Description: THOR PROGRAM BRADLEY TRANSMISSION REPAIR AND PARTS KITS
Place of Performance
Location: MUSKEGON, MUSKEGON County, MICHIGAN, 49442
State: Michigan Government Spending
Plain-Language Summary
Department of Defense obligated $202.9 million to L3 TECHNOLOGIES, INC. for work described as: THOR PROGRAM BRADLEY TRANSMISSION REPAIR AND PARTS KITS Key points: 1. The contract's value of over $200 million represents a significant investment in maintaining armored vehicle readiness. 2. Awarded to a single vendor, the lack of competition raises questions about potential price inflation and limited market engagement. 3. The fixed-price incentive contract type suggests an attempt to balance cost control with performance incentives. 4. The contract duration of nearly 8 years indicates a long-term need for these specialized repair services. 5. The absence of small business set-asides or subcontracting requirements may limit opportunities for smaller firms in this sector. 6. The contract falls under the 'Military Armored Vehicle, Tank, and Tank Component Manufacturing' NAICS code, highlighting its specialized nature.
Value Assessment
Rating: questionable
Benchmarking the value of this contract is challenging due to the lack of publicly available comparable data for Bradley transmission repair services. The total award of over $200 million over nearly eight years suggests a substantial per-year expenditure. Without competitive bids, it is difficult to assess if the pricing reflects fair market value or if taxpayers received the best possible price. The fixed-price incentive structure implies that while a target cost was set, there was potential for cost overruns to be shared, which warrants scrutiny.
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 among multiple vendors. This approach is typically used when only one vendor possesses the necessary capabilities, proprietary technology, or when urgency dictates a rapid award. The lack of competition means that the government did not benefit from the price discovery mechanisms inherent in a competitive bidding process, potentially leading to higher costs.
Taxpayer Impact: Taxpayers may have paid a premium for these services due to the absence of competitive pressure to drive down prices. The government missed an opportunity to leverage market forces to secure the most cost-effective solution.
Public Impact
The primary beneficiaries are the U.S. Army units operating Bradley Fighting Vehicles, ensuring their operational readiness and effectiveness. The services delivered include the repair and provision of parts kits for Bradley transmissions, critical components for vehicle mobility. The geographic impact is likely nationwide, supporting Army installations and maintenance depots where Bradley vehicles are serviced. Workforce implications include the employment of skilled technicians and support staff at L3 Technologies, Inc. and potentially its subcontractors.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to higher costs for taxpayers.
- Sole-source award limits opportunities for other qualified vendors.
- Long contract duration without re-competition could reduce incentive for continuous innovation or cost reduction.
- No explicit small business subcontracting goals were identified, potentially limiting small business participation.
Positive Signals
- Ensures continued operational readiness of critical Bradley Fighting Vehicles.
- Award to an established contractor likely provides a stable supply chain for essential repairs.
- Fixed-price incentive contract structure aims to align contractor and government interests in cost and performance.
- Contract duration provides long-term certainty for maintenance and parts availability.
Sector Analysis
The defense industrial base for armored vehicle manufacturing and maintenance is a specialized sector characterized by high barriers to entry, significant R&D investment, and long-term government contracts. Companies like L3 Technologies, Inc. play a crucial role in supporting military readiness by providing complex repair and manufacturing services. Spending in this area is driven by the need to maintain aging fleets and adapt to evolving battlefield requirements. Comparable spending benchmarks are difficult to ascertain due to the proprietary nature of defense contracting and the unique specifications of military hardware.
Small Business Impact
This contract does not appear to have included specific small business set-aside provisions. The sole-source nature of the award further limits the direct involvement of small businesses unless they are subcontractors to the prime contractor. Without explicit subcontracting requirements, the extent of small business participation is uncertain and may be minimal, potentially impacting the broader small business ecosystem within the defense supply chain.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of the Army's contracting and program management offices. Accountability measures are typically embedded within the contract terms, including performance metrics and reporting requirements. Transparency is often limited in sole-source defense contracts due to national security considerations and proprietary information. The Inspector General's office for the Department of Defense would have jurisdiction to investigate any allegations of fraud, waste, or abuse.
Related Government Programs
- Bradley Fighting Vehicle Systems
- Armored Vehicle Maintenance and Repair
- Defense Logistics Agency (DLA) Parts Procurement
- Department of the Army Sustainment Programs
- Military Vehicle Component Manufacturing
Risk Flags
- Lack of Competition
- Potential for Cost Overruns
- Limited Small Business Participation
Tags
defense, department-of-defense, department-of-the-army, armored-vehicle-manufacturing, definitive-contract, sole-source, fixed-price-incentive, l3-technologies, michigan, military-vehicles, transmission-repair
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $202.9 million to L3 TECHNOLOGIES, INC.. THOR PROGRAM BRADLEY TRANSMISSION REPAIR AND PARTS KITS
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 Army).
What is the total obligated amount?
The obligated amount is $202.9 million.
What is the period of performance?
Start: 2008-10-31. End: 2016-12-31.
What is the track record of L3 Technologies, Inc. in fulfilling defense contracts, particularly for vehicle maintenance and repair?
L3 Technologies, Inc. (now part of L3Harris Technologies) has a substantial history of performing defense contracts across various domains, including aerospace, communications, and electronic systems. Within vehicle maintenance and repair, the company has been involved in supporting numerous military platforms. Their experience often includes complex systems integration, manufacturing, and sustainment services. While specific performance metrics for this particular Bradley transmission contract are not detailed here, L3Harris's overall portfolio suggests a capacity to handle large-scale, technically demanding defense programs. However, the success of any large contract is subject to specific program management, resource allocation, and evolving operational requirements.
How does the $203 million contract value compare to historical spending on Bradley transmission repairs?
Direct historical spending comparisons for Bradley transmission repairs are not readily available in the public domain, especially for sole-source contracts. The $203 million awarded to L3 Technologies, Inc. over approximately eight years (2008-2016) represents a significant, long-term commitment. To provide a meaningful comparison, one would need access to historical contract data for similar repair services, ideally from multiple sources or through competitive procurements. Without such data, it's difficult to definitively state whether this amount is higher or lower than previous spending trends or what might have been achieved through competition. The duration and scope of the contract suggest a substantial need for these services during that period.
What are the primary risks associated with a sole-source award for critical military vehicle components?
The primary risks associated with a sole-source award for critical military vehicle components like Bradley transmissions include: 1. **Higher Costs:** Lack of competition can lead to inflated prices as the contractor faces no market pressure to offer the lowest possible cost. 2. **Reduced Innovation:** Without competitive incentives, the contractor may have less motivation to invest in process improvements or innovative solutions. 3. **Dependency and Lock-in:** The government becomes dependent on a single supplier, making it difficult to switch even if performance or pricing becomes unsatisfactory. 4. **Limited Visibility:** It can be harder to assess the true market value of the goods or services provided. 5. **Potential for Complacency:** The contractor might become complacent regarding quality or delivery schedules due to the guaranteed business.
How effective was the Fixed Price Incentive (FPI) contract type in managing costs and ensuring performance for this contract?
The Fixed Price Incentive (FPI) contract type aims to provide a middle ground between fixed-price and cost-reimbursement contracts. For this contract, it likely established a target cost, a target profit, and a price ceiling. If the final cost was below the target, both the government and contractor would share in the savings (often based on a pre-defined formula). If the final cost exceeded the target but remained below the ceiling, the contractor would absorb a portion of the overrun, and the government would pay the remainder. The effectiveness hinges on the accuracy of the initial cost target and the sharing ratio. Without detailed performance and cost data, it's hard to definitively assess its effectiveness here. However, the FPI structure does provide incentives for the contractor to control costs while ensuring the government is protected by a price ceiling.
What is the typical market structure for manufacturing and repairing specialized military vehicle components like Bradley transmissions?
The market for manufacturing and repairing specialized military vehicle components, such as Bradley transmissions, is typically characterized by a limited number of highly qualified and experienced contractors. This is due to the stringent technical requirements, security clearances, specialized facilities, and extensive testing protocols mandated by defense agencies. Often, original equipment manufacturers (OEMs) or their authorized service providers dominate the market. The high cost of entry, including R&D, tooling, and compliance, further restricts the number of potential competitors. Consequently, sole-source or limited-competition awards are not uncommon in this niche sector, although agencies are generally required to justify the lack of full and open competition.
Were there any specific performance issues or quality concerns raised during the contract period (2008-2016)?
Publicly available information does not detail specific performance issues or quality concerns related to L3 Technologies, Inc.'s fulfillment of this particular Bradley transmission repair and parts kit contract between 2008 and 2016. Contract performance data, including any issues, corrective actions, or disputes, is typically managed internally by the contracting agency (Department of the Army) and the contractor. While the contract was awarded sole-source, ongoing oversight would have been in place to monitor adherence to terms, delivery schedules, and quality standards. Without access to contract performance reports, award fee evaluations, or any formal dispute records, it is not possible to ascertain the presence or absence of such issues.
Industry Classification
NAICS: Manufacturing › Other Transportation Equipment Manufacturing › Military Armored Vehicle, Tank, and Tank Component Manufacturing
Product/Service Code: VEHICULAR EQUIPMENT COMPONENTS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIXED PRICE INCENTIVE (L)
Evaluated Preference: NONE
Contractor Details
Parent Company: L3harris Technologies, Inc (UEI: 004203337)
Address: 76 S GETTY ST, MUSKEGON, MI, 49442
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $208,507,503
Exercised Options: $202,877,935
Current Obligation: $202,877,935
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: YES
Timeline
Start Date: 2008-10-31
Current End Date: 2016-12-31
Potential End Date: 2016-12-31 12:12:00
Last Modified: 2020-07-31
More Contracts from L3 Technologies, Inc.
- 63 Each of the Following Hardware Items for the Bradley Fighting Vehicle System (bfvs): Thor Hmpt 800HP Reman Transmission, NSN 2520-01-626-5061 TCM Electronic Assembly, NSN 2520-01-627-6468 Shift Tower, NSN 2520-01-465-5184 TEC Cable, NSN 6150-01-631-6134 — $456.5M (Department of Defense)
- Purchase of 538 EA E-Rovers — $401.1M (Department of Defense)
- Federal Contract — $395.7M (Department of Defense)
- CEC System Production and Repair — $315.9M (Department of Defense)
- Undersea Warfare Training Range (uswtr) Program Requirements Will Provide the Capability for Undersea Warfare (USW) Training and Assessment in Shallow Water and Deep Water Under Adverse Conditions for AIR, Surface, and Subsurface Forces — $267.9M (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)