DoD awards $102.5M for MQ-9 Reaper logistics, a sole-source contract with General Atomics

Contract Overview

Contract Amount: $102,500,000 ($102.5M)

Contractor: General Atomics Aeronautical Systems, Inc.

Awarding Agency: Department of Defense

Start Date: 2026-01-01

End Date: 2027-12-31

Contract Duration: 729 days

Daily Burn Rate: $140.6K/day

Competition Type: NOT COMPETED

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: CONTRACTOR LOGISTICS SUPPORT AND SERVICES MQ-9 REAPER

Place of Performance

Location: POWAY, SAN DIEGO County, CALIFORNIA, 92064

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $102.5 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC. for work described as: CONTRACTOR LOGISTICS SUPPORT AND SERVICES MQ-9 REAPER Key points: 1. Contract awarded to incumbent provider, General Atomics Aeronautical Systems, Inc., for essential logistics and support services. 2. The contract duration spans two years, from January 2026 to December 2027. 3. Services include sustainment, maintenance, and operational support for the MQ-9 Reaper drone fleet. 4. This contract is a sole-source award, indicating a lack of competitive bidding. 5. The contract type is Cost Plus Fixed Fee (CPFF), which can lead to cost overruns if not managed carefully. 6. The North American Industry Classification System (NAICS) code is 334511, related to instrument manufacturing.

Value Assessment

Rating: fair

Benchmarking the value of this sole-source contract is challenging due to the absence of competitive bids. However, the Cost Plus Fixed Fee (CPFF) contract type suggests that costs could escalate beyond initial estimates if not rigorously managed. Without comparable contract data, it's difficult to definitively assess if the pricing represents good value for money. The historical performance and cost trends of General Atomics on similar contracts would be a key factor in a more thorough value assessment.

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. General Atomics Aeronautical Systems, Inc. is the sole provider of these specialized logistics and support services for the MQ-9 Reaper. This approach is often taken when a single entity possesses unique capabilities or intellectual property essential for the system's operation and maintenance, but it limits opportunities for price discovery through competition.

Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers as there is no competitive pressure to drive down prices. This necessitates strong government oversight to ensure fair pricing and efficient service delivery.

Public Impact

The primary beneficiaries are the Department of the Air Force and the broader Department of Defense, ensuring the continued operational readiness of the MQ-9 Reaper. Services delivered include critical logistics, maintenance, repair, and operational support for the MQ-9 Reaper unmanned aerial system. The geographic impact is likely global, supporting deployed MQ-9 Reaper assets in various operational theaters. Workforce implications include the continued employment of specialized technical and support personnel by General Atomics Aeronautical Systems, Inc.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pricing, potentially increasing costs for taxpayers.
  • Cost Plus Fixed Fee (CPFF) contract type carries inherent risk of cost overruns if not closely monitored.
  • Lack of competition may reduce incentives for innovation or efficiency improvements from the contractor.
  • Dependence on a single contractor for critical support raises long-term sustainment and supply chain risks.

Positive Signals

  • Contract ensures continued operational readiness of a key intelligence, surveillance, and reconnaissance (ISR) platform.
  • Awarding to the incumbent likely leverages existing expertise and infrastructure, potentially reducing initial ramp-up time.
  • The contractor, General Atomics, has a long-standing relationship and deep knowledge of the MQ-9 Reaper system.
  • Fixed fee component of CPFF provides some cost predictability compared to pure cost-reimbursement contracts.

Sector Analysis

The MQ-9 Reaper is a significant platform in the Unmanned Aerial Systems (UAS) sector, primarily used for intelligence, surveillance, reconnaissance (ISR), and strike missions. General Atomics Aeronautical Systems, Inc. is a dominant player in this market segment, particularly for large, high-endurance UAS. This contract represents a portion of the broader defense spending on unmanned platforms, which has seen substantial growth. Comparable spending benchmarks would involve other large UAS sustainment contracts, but direct comparisons are difficult due to the unique nature of each platform and its support requirements.

Small Business Impact

This contract does not appear to include specific small business set-aside provisions, as indicated by 'sb': false. The prime contractor, General Atomics Aeronautical Systems, Inc., is a large business. While the contract itself is not set aside for small businesses, there may be opportunities for small businesses to participate as subcontractors to General Atomics. The extent of small business subcontracting will depend on the prime contractor's procurement practices and the specific needs for specialized support services.

Oversight & Accountability

Oversight for this contract will primarily reside with the Department of the Air Force contracting and program management offices. Accountability measures will be embedded within the Cost Plus Fixed Fee (CPFF) structure, requiring detailed cost reporting and justification from the contractor. Transparency may be limited due to the sole-source nature of the award, but contract performance reviews and milestone tracking should be available internally. The Inspector General of the Department of Defense may conduct audits or investigations if specific concerns regarding waste, fraud, or abuse arise.

Related Government Programs

  • MQ-9 Reaper Sustainment
  • Unmanned Aerial Systems (UAS) Logistics
  • Defense Contract Services
  • Aerospace Manufacturing and Support

Risk Flags

  • Sole-source award
  • Cost Plus Fixed Fee contract type
  • Potential for cost overruns
  • Lack of competitive benchmarking

Tags

defense, department-of-defense, air-force, unmanned-aerial-systems, mq-9-reaper, logistics-support, sole-source, cost-plus-fixed-fee, general-atomics-aeronautical-systems, california, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $102.5 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC.. CONTRACTOR LOGISTICS SUPPORT AND SERVICES MQ-9 REAPER

Who is the contractor on this award?

The obligated recipient is GENERAL ATOMICS AERONAUTICAL 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 $102.5 million.

What is the period of performance?

Start: 2026-01-01. End: 2027-12-31.

What is the historical spending trend for MQ-9 Reaper logistics and support services with General Atomics Aeronautical Systems, Inc.?

Analyzing historical spending trends for MQ-9 Reaper logistics and support services with General Atomics Aeronautical Systems, Inc. is crucial for understanding cost evolution and identifying potential anomalies. While specific historical dollar amounts are not provided in the current data, the duration of the relationship and the nature of the platform suggest a significant and potentially growing expenditure over time. Factors influencing these trends include fleet size expansion, operational tempo, technological upgrades, and changes in contract types. A detailed analysis would involve examining past contract awards, modifications, and task orders over several fiscal years to identify patterns in spending, cost drivers, and the contractor's performance in managing costs. Without access to this historical data, it is difficult to provide a precise trend analysis, but the continued reliance on General Atomics for sole-source support implies a consistent need and associated expenditure.

How does the Cost Plus Fixed Fee (CPFF) contract type compare to other contract types in terms of risk and potential for cost overruns for this type of service?

The Cost Plus Fixed Fee (CPFF) contract type is a hybrid that aims to balance risk between the government and the contractor. The government agrees to pay the contractor's actual allowable costs plus a predetermined fixed fee, representing the contractor's profit. This structure provides the contractor with an incentive to control costs, as their profit remains constant regardless of the final cost. However, it also carries risks. If the contractor's costs exceed initial estimates, the government still pays those costs, potentially leading to higher-than-anticipated expenditures. The fixed fee, while constant, might not adequately compensate for unforeseen complexities or risks, potentially leading the contractor to seek modifications or extensions. Compared to Firm-Fixed-Price (FFP) contracts, CPFF offers more flexibility for services with uncertain scope but less cost certainty for the government. Compared to Cost-Plus-Incentive-Fee (CPIF) contracts, CPFF lacks a direct incentive mechanism tied to cost savings, which could reduce the contractor's motivation to aggressively manage expenses beyond what is necessary to complete the work.

What are the potential implications of a sole-source award for the long-term sustainment and technological advancement of the MQ-9 Reaper program?

A sole-source award for the MQ-9 Reaper's logistics and support services, while ensuring continuity and leveraging the incumbent's expertise, carries significant long-term implications. The primary concern is the potential stifling of innovation and technological advancement. Without competitive pressure, the contractor may have less incentive to invest in developing cutting-edge solutions or improving system efficiency beyond contractual requirements. This could lead to the platform becoming technologically stagnant over time compared to potentially more rapidly evolving systems developed in a competitive environment. Furthermore, long-term sole-source reliance can create vendor lock-in, making it difficult and costly to transition to alternative solutions or integrate new technologies developed by other companies. This dependence also poses a risk to program resilience; any disruption in the sole provider's operations could have a severe impact on the MQ-9 fleet's readiness.

What specific performance metrics or Key Performance Indicators (KPIs) are likely being used to evaluate General Atomics Aeronautical Systems, Inc. under this contract?

While the specific Key Performance Indicators (KPIs) for this contract are not detailed in the provided data, typical metrics for logistics and support services for complex defense systems like the MQ-9 Reaper would likely include: 1. **Aircraft Availability/Readiness Rates:** Percentage of time aircraft are mission-capable and available for deployment. 2. **Mean Time Between Failures (MTBF):** Average time between system or component failures, indicating reliability. 3. **Mean Time To Repair (MTTR):** Average time required to repair a failed component or system, indicating maintenance efficiency. 4. **On-Time Delivery:** For parts, services, or support actions. 5. **Cost Performance:** Adherence to budget targets or cost efficiency measures, especially relevant under a CPFF contract. 6. **Technical Performance:** Meeting specified technical requirements for maintenance and support. 7. **Safety Performance:** Adherence to safety protocols during maintenance and handling operations. The government would track these KPIs to ensure the contractor is meeting its obligations and providing value for the funds expended.

Are there any known risks associated with General Atomics Aeronautical Systems, Inc.'s track record in providing logistics support for major defense platforms?

General Atomics Aeronautical Systems, Inc. (GA-ASI) has a long and generally positive track record in developing and supporting major unmanned aerial systems, particularly the Predator and Reaper families. They are widely recognized as a leader in this specialized field. However, like any large defense contractor managing complex, long-term programs, there can be challenges. Potential risks associated with large platform support contracts often revolve around cost growth, schedule delays, and ensuring adequate spare parts availability, especially for aging or high-demand systems. While specific public instances of significant failures in GA-ASI's logistics support for the MQ-9 are not prominently highlighted, the inherent complexities of global logistics, supply chain vulnerabilities, and the demanding operational tempo of ISR assets can present ongoing challenges. The CPFF contract type itself suggests a recognition by the government that cost certainty might be difficult to achieve, implying some level of inherent risk in the program's execution.

Industry Classification

NAICS: ManufacturingNavigational, Measuring, Electromedical, and Control Instruments ManufacturingSearch, 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

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 14200 KIRKHAM WAY, POWAY, CA, 92064

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: $286,985,292

Exercised Options: $286,985,292

Current Obligation: $102,500,000

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: FA857726DB001

IDV Type: IDC

Timeline

Start Date: 2026-01-01

Current End Date: 2027-12-31

Potential End Date: 2027-12-31 00:00:00

Last Modified: 2026-03-17

More Contracts from General Atomics Aeronautical Systems, Inc.

View all General Atomics Aeronautical Systems, Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending