General Dynamics IT awarded $42.1M for Navy Electronic Warfare & Information Operations support

Contract Overview

Contract Amount: $42,118,703 ($42.1M)

Contractor: General Dynamics Information Technology Inc.

Awarding Agency: Department of Defense

Start Date: 2016-12-27

End Date: 2019-12-26

Contract Duration: 1,094 days

Daily Burn Rate: $38.5K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: IGF::OT::IGF AWARD OF TASK ORDER 0018 FOR SUPPORT OF US NAVY ELECTRONIC WARFARE&INFORMATION OPERATIONS

Place of Performance

Location: POINT MUGU NAWC, VENTURA County, CALIFORNIA, 93042

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $42.1 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY INC. for work described as: IGF::OT::IGF AWARD OF TASK ORDER 0018 FOR SUPPORT OF US NAVY ELECTRONIC WARFARE&INFORMATION OPERATIONS Key points: 1. Contract value represents a significant investment in critical defense capabilities. 2. Competition dynamics suggest a potentially competitive bidding process for this task order. 3. Performance period of nearly three years indicates a substantial, ongoing requirement. 4. The contract type (Cost Plus Fixed Fee) may allow for flexibility but requires careful cost monitoring. 5. This award falls within engineering services, a broad category with diverse applications. 6. The task order is a component of a larger contract vehicle, suggesting potential for follow-on work.

Value Assessment

Rating: good

The award amount of $42.1 million for a three-year period appears reasonable for specialized engineering services supporting electronic warfare and information operations. Benchmarking against similar contracts for advanced defense systems integration and support would provide a more precise value-for-money assessment. The Cost Plus Fixed Fee (CPFF) structure necessitates diligent oversight to ensure costs remain within acceptable parameters and that the fixed fee adequately compensates the contractor for their efforts without excessive profit.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This task order was awarded under full and open competition, indicating that multiple qualified vendors had the opportunity to bid. The specific number of bidders is not provided, but the 'full and open' designation generally suggests a competitive environment. This approach is intended to foster price discovery and ensure the government receives the best value by leveraging market forces.

Taxpayer Impact: Taxpayers benefit from full and open competition as it typically drives down prices and encourages innovation among contractors vying for the award.

Public Impact

The U.S. Navy's electronic warfare and information operations capabilities are enhanced, contributing to national security. Specialized engineering and technical services are delivered to support complex defense systems. The primary geographic impact is likely within the United States, supporting naval operations and development centers. The contract supports a workforce of skilled engineers and technical professionals within General Dynamics Information Technology.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Engineering Services sector (NAICS 541330), a broad category encompassing a wide range of professional services. The defense industry represents a significant portion of this sector, with substantial government spending on research, development, and support for advanced military technologies. Comparable spending benchmarks would involve analyzing other large-scale engineering support contracts for defense platforms, particularly those related to C4ISR (Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance) and electronic warfare systems.

Small Business Impact

The contract was awarded to General Dynamics Information Technology, a large business. There is no explicit indication of small business set-asides for this specific task order. However, large prime contractors are often required to meet subcontracting goals with small businesses, which could provide opportunities for smaller firms to participate indirectly in this contract's execution.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the contract administration office within the Department of the Army, which awarded the task order on behalf of the Navy. Performance monitoring, cost reviews (due to the CPFF structure), and adherence to technical specifications are key accountability measures. Transparency is generally maintained through contract award databases and reporting requirements, though specific operational details may be classified.

Related Government Programs

Risk Flags

Tags

defense, department-of-defense, navy, general-dynamics-information-technology, engineering-services, full-and-open-competition, cost-plus-fixed-fee, task-order, electronic-warfare, information-operations, california, large-business

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $42.1 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY INC.. IGF::OT::IGF AWARD OF TASK ORDER 0018 FOR SUPPORT OF US NAVY ELECTRONIC WARFARE&INFORMATION OPERATIONS

Who is the contractor on this award?

The obligated recipient is GENERAL DYNAMICS INFORMATION TECHNOLOGY 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 $42.1 million.

What is the period of performance?

Start: 2016-12-27. End: 2019-12-26.

What is General Dynamics Information Technology's track record with similar Navy electronic warfare contracts?

General Dynamics Information Technology (GDIT), now part of General Dynamics, has a long history of supporting the U.S. military across various domains, including C4ISR, IT services, and complex systems integration. Their experience with electronic warfare (EW) and information operations (IO) is substantial, often involving the development, sustainment, and modernization of EW systems, as well as providing training and operational support. GDIT has held numerous prime contracts and task orders with the Navy and other branches for EW/IO-related services, demonstrating a consistent capability to meet demanding technical and performance requirements. Their track record suggests a strong understanding of the threat landscape, technological advancements, and the specific needs of naval warfare in these critical areas. Past performance evaluations on similar contracts would provide further insight into their reliability and effectiveness.

How does the $42.1 million award compare to other Navy EW/IO support contracts?

The $42.1 million award for a three-year period represents a significant but not exceptionally large contract within the broader scope of Navy electronic warfare and information operations spending. Major EW/IO programs, including system development, procurement, and long-term sustainment, can run into hundreds of millions or even billions of dollars over their lifecycles. This specific task order likely addresses a defined set of support services, such as system integration, software development, testing, training, or operational analysis, rather than the development of entirely new platforms. When compared to other task orders or smaller contracts within the EW/IO domain, $42.1 million is a substantial sum, indicating a critical need and a comprehensive scope of work. However, it is important to contextualize this within the overall defense budget and the specific technological requirements of the supported Navy programs.

What are the primary risks associated with this Cost Plus Fixed Fee (CPFF) contract?

The primary risks associated with a Cost Plus Fixed Fee (CPFF) contract, such as this one, revolve around cost control and contractor incentive. For the government, the risk is that the contractor may not be sufficiently incentivized to control costs, as the government agrees to reimburse allowable costs plus a fixed fee. If costs escalate beyond initial projections, the government pays more, although the contractor's profit (the fixed fee) remains constant. This necessitates robust government oversight to scrutinize allowable costs, ensure efficiency, and prevent scope creep that isn't properly managed. For the contractor, the risk lies in accurately estimating costs to ensure the fixed fee is profitable. If costs are underestimated or unforeseen challenges arise, the contractor may incur losses. Effective risk mitigation involves detailed cost tracking, regular audits, strong contract management, and clear communication between the government and the contractor.

How effective is full and open competition in ensuring value for taxpayer money in defense contracts of this nature?

Full and open competition is generally considered the most effective method for ensuring value for taxpayer money in defense contracts. By allowing all responsible sources to submit bids, the government maximizes the pool of potential offerors, thereby increasing the likelihood of receiving competitive pricing and innovative solutions. This competitive pressure incentivizes contractors to propose their best technical approaches and most cost-effective methods to win the contract. In the context of this $42.1 million task order for Navy EW/IO support, full and open competition likely led to a more favorable price than a sole-source or limited competition award. The process encourages price discovery and allows the government to benchmark proposals against each other, ultimately aiming to secure the best overall value – a balance of technical capability, performance, and cost.

What are the potential performance challenges given the nature of electronic warfare and information operations?

Electronic warfare (EW) and information operations (IO) are highly complex and rapidly evolving fields, presenting significant performance challenges. These include the need to stay ahead of adversary technological advancements, the integration of diverse and often classified systems, and the requirement for high reliability in critical operational scenarios. Performance challenges can arise from the inherent technical complexity of EW/IO systems, the need for continuous software updates and adaptation to new threats, and the potential for interoperability issues between different systems and platforms. Furthermore, the effectiveness of EW/IO capabilities is often dependent on the quality and timeliness of intelligence, the skill of the operators, and the strategic context in which they are employed. Ensuring consistent performance requires rigorous testing, ongoing training, adaptive system design, and close collaboration between the contractor and the end-user (the Navy).

How does this contract fit into the broader landscape of U.S. Navy C4ISR and cyber capabilities?

This contract for Navy Electronic Warfare & Information Operations support is a crucial component within the broader U.S. Navy C4ISR (Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance) and cyber capabilities ecosystem. EW and IO are integral parts of the information dominance strategy, enabling the Navy to control the electromagnetic spectrum, protect its networks, and project power in the information environment. This task order likely contributes to the development, integration, or sustainment of systems that provide situational awareness, enable secure communications, disrupt adversary C4ISR, and protect naval assets from electronic and cyber threats. It complements other efforts in areas like network security, data fusion, artificial intelligence for intelligence analysis, and resilient communications, all of which are vital for maintaining a technological edge in modern naval warfare.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Parent Company: General Dynamics Corp

Address: 3170 FAIRVIEW PARK DR, FALLS CHURCH, VA, 22042

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $54,683,746

Exercised Options: $53,847,245

Current Obligation: $42,118,703

Subaward Activity

Number of Subawards: 2

Total Subaward Amount: $787,103

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: W15P7T10DD410

IDV Type: IDC

Timeline

Start Date: 2016-12-27

Current End Date: 2019-12-26

Potential End Date: 2019-12-26 00:00:00

Last Modified: 2025-04-24

More Contracts from General Dynamics Information Technology Inc.

View all General Dynamics Information Technology Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending