DoD's $31.7M Tunner Loader Support contract awarded to DRS Sustainment Systems, Inc. for 2 years
Contract Overview
Contract Amount: $31,674,718 ($31.7M)
Contractor: DRS Sustainment Systems, Inc
Awarding Agency: Department of Defense
Start Date: 2025-06-30
End Date: 2027-06-29
Contract Duration: 729 days
Daily Burn Rate: $43.5K/day
Competition Type: NOT COMPETED
Pricing Type: FIXED PRICE INCENTIVE
Sector: Defense
Official Description: TUNNER LOADER SUPPORT
Place of Performance
Location: BRIDGETON, SAINT LOUIS County, MISSOURI, 63044
State: Missouri Government Spending
Plain-Language Summary
Department of Defense obligated $31.7 million to DRS SUSTAINMENT SYSTEMS, INC for work described as: TUNNER LOADER SUPPORT Key points: 1. Contract awarded to a single vendor, raising questions about competitive pricing. 2. Long-term contract duration of 729 days suggests a need for sustained support. 3. The contract type, Fixed Price Incentive, aims to balance cost control with performance. 4. Awarded by the Department of the Air Force, indicating a specific military need. 5. The industrial machinery manufacturing sector is critical for maintaining heavy equipment. 6. No small business set-aside was utilized, potentially limiting opportunities for smaller firms.
Value Assessment
Rating: questionable
The contract's value of $31.7 million over two years for Tunner Loader support requires careful benchmarking. Without comparable contract data or detailed cost breakdowns, it is difficult to definitively assess value for money. The absence of competition further complicates a thorough price assessment, as there is no market-driven comparison to evaluate if the negotiated price is reasonable. The fixed-price incentive structure suggests an attempt to manage costs, but the ultimate expenditure will depend on performance outcomes.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded using a sole-source justification, meaning it was not competed among multiple vendors. This approach is typically used when only one vendor can provide the required goods or services, often due to proprietary technology, unique capabilities, or urgent needs. The lack of competition means that price discovery through market forces was bypassed, potentially leading to higher costs for the government compared to a fully competed scenario.
Taxpayer Impact: Taxpayers may face higher costs due to the absence of competitive bidding. Without multiple offers, the government cannot be assured it received the best possible price for the required support services.
Public Impact
The primary beneficiaries are the Department of the Air Force units requiring the operational readiness of Tunner loaders. Services delivered include essential support and maintenance for specialized ground support equipment. The geographic impact is likely concentrated at Air Force bases where these loaders are deployed. Workforce implications may include the need for specialized technicians to maintain and repair the equipment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition and potentially increases costs for taxpayers.
- Lack of transparency in the sole-source justification process can obscure the true necessity.
- Contract duration may lock in costs without opportunities for re-evaluation of market alternatives.
- Absence of small business participation may limit broader economic impact and innovation.
Positive Signals
- Fixed Price Incentive contract type aims to incentivize contractor performance and cost control.
- Award to an established entity (DRS Sustainment Systems, Inc.) suggests a known capability.
- Specific focus on Tunner loader support indicates a critical operational requirement being met.
- Long-term contract provides stability for essential equipment maintenance and readiness.
Sector Analysis
The contract falls within the Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing sector, a niche but vital part of the broader industrial equipment market. This sector supports logistics and operations across various industries, including defense. Spending in this area is often driven by the need for specialized, heavy-duty equipment maintenance and sustainment. Comparable spending benchmarks would typically involve other government contracts for similar heavy machinery support or original equipment manufacturer (OEM) service agreements.
Small Business Impact
This contract was not awarded as a small business set-aside, nor does it appear to have specific subcontracting requirements for small businesses mentioned in the provided data. This means that opportunities for small businesses to participate in this specific contract are limited. The absence of a set-aside or explicit subcontracting goals may reduce the direct economic benefit to the small business ecosystem for this particular award, although the prime contractor may engage small businesses independently.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of the Air Force's contracting and program management offices. Accountability measures are embedded within the Fixed Price Incentive contract type, which links contractor profit to performance against cost and schedule targets. Transparency is limited due to the sole-source nature of the award; however, contract award details are typically made public. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Ground Support Equipment Maintenance
- Air Force Logistics Command Contracts
- Heavy Equipment Sustainment
- Defense Industrial Base Support
Risk Flags
- Sole-source award
- Lack of competition
- Potential for cost overruns
- Limited small business participation
Tags
defense, department-of-defense, department-of-the-air-force, ground-support-equipment, industrial-machinery, sole-source, fixed-price-incentive, large-contract, sustainment, missouri, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $31.7 million to DRS SUSTAINMENT SYSTEMS, INC. TUNNER LOADER SUPPORT
Who is the contractor on this award?
The obligated recipient is DRS SUSTAINMENT SYSTEMS, INC.
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 $31.7 million.
What is the period of performance?
Start: 2025-06-30. End: 2027-06-29.
What is the track record of DRS Sustainment Systems, Inc. with similar government contracts, particularly for ground support equipment?
DRS Sustainment Systems, Inc. has a history of performing contracts for the Department of Defense, often involving sustainment and support for various military equipment. Their experience typically includes providing maintenance, repair, and overhaul (MRO) services for complex systems. For ground support equipment like the Tunner loader, their track record would likely involve similar contracts for other types of vehicles or specialized machinery used in logistics and operational support. A detailed review of their past performance ratings, any past performance issues, and the scale of previous similar contracts would be necessary to fully assess their capability and reliability for this specific award. Information on contract awards and performance can often be found in federal procurement databases.
How does the pricing of this contract compare to similar Tunner loader support contracts awarded previously or to other branches of the military?
Direct comparison of pricing for this $31.7 million contract is challenging due to its sole-source nature and the limited data provided. Typically, a competitive bidding process allows for price discovery and benchmarking against multiple offers. Without access to historical data for identical Tunner loader support contracts or contracts for similar equipment within the Department of Defense or other federal agencies, it's difficult to establish a precise benchmark. The Fixed Price Incentive (FPI) contract type means the final price is contingent on performance, making a static comparison less straightforward. A thorough analysis would require access to detailed cost proposals, negotiation records, and data from comparable sole-source or competitively awarded contracts for specialized ground support equipment sustainment.
What are the specific risks associated with a sole-source award for critical equipment support, and how are they mitigated?
The primary risk of a sole-source award for critical equipment support is the potential for inflated pricing due to the lack of competition. Without competing bids, the government may not achieve the best possible value for its expenditure. Another risk is vendor lock-in, where the government becomes overly reliant on a single provider, potentially limiting flexibility and future negotiation power. Mitigation strategies often include rigorous justification for the sole-source determination, detailed cost and price analyses by the contracting agency to ensure reasonableness, and strong contract management to oversee performance and adherence to terms. The FPI contract structure itself aims to mitigate cost risks by incentivizing the contractor to stay within or below target costs.
What is the expected impact of this contract on the operational readiness of the Air Force's Tunner loader fleet?
This contract is expected to significantly enhance the operational readiness of the Air Force's Tunner loader fleet by ensuring timely and effective maintenance, repair, and sustainment services. Tunner loaders are specialized pieces of ground support equipment crucial for various logistical operations, such as aircraft loading and cargo handling. By awarding a multi-year contract to DRS Sustainment Systems, Inc., the Air Force aims to secure the necessary technical expertise and parts availability to keep these essential assets in optimal working condition. This sustained support is vital for maintaining mission capability, reducing downtime, and ensuring that Air Force personnel have reliable equipment to perform their duties effectively.
How does the $31.7 million contract value align with historical spending patterns for Tunner loader support or similar ground support equipment within the Department of Defense?
Assessing how the $31.7 million contract value aligns with historical spending requires access to detailed historical procurement data for Tunner loaders and comparable ground support equipment (GSE) within the Department of Defense. Without this specific historical context, it's difficult to determine if this figure represents an increase, decrease, or stable level of investment. Factors influencing historical spending include the size of the fleet, the age of the equipment, technological upgrades, and changes in maintenance strategies. If historical spending was significantly lower, this contract might indicate an increased need for support or a shift towards more comprehensive sustainment. Conversely, if historical spending was higher, it could suggest cost-saving measures or a reduction in the fleet size.
Industry Classification
NAICS: Manufacturing › Other General Purpose Machinery Manufacturing › Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
Product/Service Code: MATERIALS HANDLING EQPT
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIXED PRICE INCENTIVE (L)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leonardo SPA
Address: 4201 INNOVATION WAY, BRIDGETON, MO, 63044
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $31,674,718
Exercised Options: $31,674,718
Current Obligation: $31,674,718
Subaward Activity
Number of Subawards: 17
Total Subaward Amount: $1,424,275
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: FA853425D0003
IDV Type: IDC
Timeline
Start Date: 2025-06-30
Current End Date: 2027-06-29
Potential End Date: 2030-06-29 00:00:00
Last Modified: 2026-01-30
More Contracts from DRS Sustainment Systems, Inc
- THE Purpose of This NEW Undefinitized Contract IS to Procure 146 Each Abrams Active Protection Systems, 826 Each Abrams Countermeasures, and 27 Kits of the Abrams Calibration/Maintenance Kits for the Department of the Army and the United States Marine Corps — $431.6M (Department of Defense)
- LOW Rate Initial Production/Full Rate Production for the Joint Assault Bridge — $397.7M (Department of Defense)
- Procurement of 274 Each M1000 Trailers — $104.8M (Department of Defense)
- This Task Order IS for Capability Development Document Increment-1, Procurement of 10 Configuration B Vehicles and Associated Spares — $103.3M (Department of Defense)
- M1200 Service Technical Support — $100.7M (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)