DoD's $38.8M contract for logistics support awarded to Canadian Commercial Corporation without competition
Contract Overview
Contract Amount: $38,804,142 ($38.8M)
Contractor: Canadian Commercial Corporation
Awarding Agency: Department of Defense
Start Date: 2016-12-30
End Date: 2021-12-31
Contract Duration: 1,827 days
Daily Burn Rate: $21.2K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: IGF::OT::IGF CONTRACTOR LOGISTICS SUPPORT
Plain-Language Summary
Department of Defense obligated $38.8 million to CANADIAN COMMERCIAL CORPORATION for work described as: IGF::OT::IGF CONTRACTOR LOGISTICS SUPPORT Key points: 1. Contract awarded on a firm-fixed-price basis, indicating clear cost expectations. 2. The contract duration of 1827 days suggests a long-term need for these services. 3. Awarded to a foreign entity, raising questions about domestic industrial base utilization. 4. Lack of competition suggests potential for higher costs and reduced innovation. 5. The NAICS code 334511 points to a focus on specialized system manufacturing. 6. No small business set-aside was applied, potentially limiting opportunities for smaller firms.
Value Assessment
Rating: questionable
Benchmarking the value of this contract is challenging due to the lack of competitive bids and the specific nature of logistics support for specialized systems. The firm-fixed-price structure provides cost certainty, but without comparison to other offers, it's difficult to ascertain if the price represents optimal value for the government. The absence of competition could mean the price is not as favorable as it might have been in a more open market.
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 bypasses the standard competitive bidding process, which typically drives down prices and encourages innovation. The lack of competition means the government did not explore alternative solutions or pricing from a range of potential suppliers, potentially leading to a less advantageous outcome.
Taxpayer Impact: Sole-source awards can result in higher costs for taxpayers as the government may not secure the most competitive pricing available in the market. It also limits the opportunity for new or smaller businesses to enter into contracts with the agency.
Public Impact
The Department of the Air Force benefits from continued logistics support for critical systems. Services likely ensure the operational readiness and maintenance of specific defense equipment. The contract supports the Canadian Commercial Corporation, a foreign entity, in providing these services. Workforce implications are primarily within the contractor's organization, with potential indirect impacts on U.S. defense readiness.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to suboptimal pricing and reduced value for taxpayer funds.
- Sole-source award to a foreign entity raises questions about prioritizing domestic industrial capabilities.
- Absence of small business participation limits opportunities for smaller U.S. businesses.
- Limited transparency into the justification for a sole-source award.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the duration of the award.
- Long contract duration suggests a stable and predictable need for the services.
- Award to a known entity (Canadian Commercial Corporation) may imply established working relationships or specific expertise.
Sector Analysis
This contract falls within the broader defense sector, specifically related to the manufacturing and support of complex navigation and guidance systems. The market for such specialized logistics support is often niche, with a limited number of qualified providers. The total addressable market for similar systems manufacturing and support can be substantial, but individual contracts are highly specific to the technology involved.
Small Business Impact
This contract did not include any small business set-aside provisions, nor is there information indicating subcontracting opportunities for small businesses. The award to a large foreign entity suggests that the primary focus was on securing the specific service required, rather than on fostering small business participation. This could mean missed opportunities for the small business ecosystem to contribute to this specific defense need.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of the Air Force's contracting and program management offices. The Inspector General's office for the Department of Defense would have jurisdiction for audits and investigations. Transparency is limited due to the sole-source nature, with the justification for the award being a key area for scrutiny.
Related Government Programs
- Defense Logistics Agency (DLA) Support Contracts
- Aerospace System Manufacturing and Support
- Navigation and Guidance System Procurement
- Foreign Military Sales Support
Risk Flags
- Sole-source award without clear justification
- Potential lack of competitive pricing
- Limited visibility into contractor's specific performance metrics
- Reliance on foreign entity for critical support
Tags
defense, department-of-defense, department-of-the-air-force, logistics-support, contractor-logistics-support, sole-source, firm-fixed-price, large-contract, navigational-guidance-systems, canadian-commercial-corporation, no-small-business-set-aside
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $38.8 million to CANADIAN COMMERCIAL CORPORATION. IGF::OT::IGF CONTRACTOR LOGISTICS SUPPORT
Who is the contractor on this award?
The obligated recipient is CANADIAN COMMERCIAL CORPORATION.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Air Force).
What is the total obligated amount?
The obligated amount is $38.8 million.
What is the period of performance?
Start: 2016-12-30. End: 2021-12-31.
What specific logistics support services are being provided under this contract?
The contract data indicates 'IGF::OT::IGF CONTRACTOR LOGISTICS SUPPORT' as the description. While specific details are not provided in the summary data, this typically encompasses a range of services essential for maintaining the operational readiness of defense systems. These can include inventory management, warehousing, transportation, maintenance, repair, and overhaul of equipment, spare parts management, and technical support. Given the NAICS code (334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing), the logistics support is likely tailored to specialized systems and instruments within these categories, ensuring their availability and functionality for the Department of the Air Force.
What is the justification for awarding this contract on a sole-source basis?
The provided data explicitly states the contract was 'NOT COMPETED,' indicating a sole-source award. The specific justification for this determination is not included in the summary data. Typically, sole-source awards are justified under specific circumstances outlined in federal acquisition regulations, such as the existence of only one responsible source, urgent and compelling needs, or specific international agreements. Without the official justification document, it is impossible to definitively state the reason, but it implies that a competitive process was deemed unnecessary or impossible by the contracting agency for reasons not detailed here.
How does the contract value of approximately $38.8 million compare to similar logistics support contracts?
Direct comparison of this $38.8 million contract value to similar logistics support contracts is difficult without more specific details on the exact services rendered and the systems supported. Logistics support contracts can vary significantly in scope, duration, and complexity. However, for specialized defense systems, a contract of this magnitude over a five-year period (2016-2021) is not unusual. The lack of competition, however, prevents an assessment of whether this value represents a competitive market rate or if a more favorable price could have been achieved through bidding.
What is the track record of the Canadian Commercial Corporation in providing similar defense logistics support?
The Canadian Commercial Corporation (CCC) is a Canadian Crown corporation that helps export Canadian goods and services through government-to-government contracts. While CCC facilitates contracts, the actual service delivery is often performed by Canadian companies. CCC has a history of facilitating defense-related contracts for various governments. Its track record in providing direct logistics support for U.S. Department of Defense systems would depend on the specific Canadian companies it partners with for service execution. The fact that the Department of the Air Force engaged CCC suggests a level of trust or a specific framework for intergovernmental procurement.
What are the potential risks associated with awarding a significant contract to a foreign entity?
Awarding a significant contract to a foreign entity like the Canadian Commercial Corporation can present several risks. These include potential challenges in oversight and enforcement due to jurisdictional differences, reliance on foreign supply chains which could be subject to geopolitical instability or trade disputes, and potential delays in delivery or support. Furthermore, there's a strategic consideration regarding the impact on the domestic industrial base; awarding contracts to foreign entities may reduce opportunities for U.S. businesses and potentially impact long-term U.S. technological self-sufficiency in critical defense areas. However, in this case, Canada is a close ally, which may mitigate some of these risks compared to contracting with less aligned nations.
What does the firm-fixed-price contract type imply about cost management and risk?
A firm-fixed-price (FFP) contract type signifies that the contractor bears the primary responsibility for all costs incurred and is entitled to a negotiated profit. This structure provides the government with the highest degree of cost certainty, as the price is fixed regardless of the contractor's actual costs. For the contractor, it implies a higher risk if costs escalate beyond projections. This contract type is generally preferred when the scope of work is well-defined and the risks are understood, as is often the case with established logistics support requirements. It incentivizes the contractor to manage costs efficiently to maximize profit.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: FA850916R0007
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 350 ALBERT ST SUITE 700, OTTAWA
Business Categories: Category Business, Foreign Government, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $38,811,312
Exercised Options: $38,811,312
Current Obligation: $38,804,142
Subaward Activity
Number of Subawards: 2
Total Subaward Amount: $13,105,927
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2016-12-30
Current End Date: 2021-12-31
Potential End Date: 2021-12-31 00:00:00
Last Modified: 2025-05-27
More Contracts from Canadian Commercial Corporation
- Lav-25(s) A2 - 4TH BDE — $2.3B (Department of Defense)
- Ukraine: Increase Production Capacity of M31-Type Triple Base Propellant — $628.5M (Department of Defense)
- 200012!2100!000579!AE07 !tacom - Warren !daae0700cx075 !A!*!* !19991228!20031231!207884594!207884594!241015486!n!98247!canadian Commercial Corporatio!50 O Connor ST STE 1100 !ottawa !ca!k1a 0!* !* !CA!* !* !canada !0001!+000428181983!y!n!000000000000!2320!trucks and Truck Tractors, Wheeled !a4a!combat Vehicles !1djm!light Armored Vehicle (LAV) !3695!3!*!*!*!b!n!z!d !u!u!1!001!n!1a!z!y!z!b !ca!n!l!*!*!*!a!a!a!a!* !*!n!a!b!n!*!*!*!*!*! — $469.1M (Department of Defense)
- 199809!2100!2789!AB07 !USA Comm-Electronics Command !daab0798cf505 !A!*!* !19980623!20080930!207884594!207884594!241015486!n!98247!canadian Commercial Corporatio!50 O Connor ST STE 1100 !ottawa !ca!k1a 0!* !* !CA!* !* !canada !0001!+000013975495!n!n!000000000000!5820!radio & TV Comm Equipment, Except Airborne !A7 !electronics and Communication !1000!NOT Discernable or Classified !3663!3!*!*!*!B!A!*!A !N!J!2!003!B!* !Z!N!A!* !* !n!l!*!*!*!a!a!a!*!* !*!n!a!b!n!*!*!*!*!*! — $433.3M (Department of Defense)
- 82 Lav's in Support of FMS Case Sr-B-Vtd — $288.2M (Department of Defense)
View all Canadian Commercial Corporation federal contracts →
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)