DoD's $27.2M MQ-9 Logistics Contract Awarded to General Atomics Raises Value Questions

Contract Overview

Contract Amount: $27,192,877 ($27.2M)

Contractor: General Atomics Aeronautical Systems, Inc.

Awarding Agency: Department of Defense

Start Date: 2019-09-20

End Date: 2024-01-31

Contract Duration: 1,594 days

Daily Burn Rate: $17.1K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: MQ-9 SPAIN CONTRACTOR LOGISTICS SUPPORT

Place of Performance

Location: POWAY, SAN DIEGO County, CALIFORNIA, 92064

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $27.2 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC. for work described as: MQ-9 SPAIN CONTRACTOR LOGISTICS SUPPORT Key points: 1. Contract awarded on a sole-source basis, limiting price competition. 2. Logistics support for MQ-9 aircraft is critical for operational readiness. 3. The contract's cost-plus-fixed-fee structure may incentivize higher spending. 4. Performance period spans over 5 years, indicating long-term reliance. 5. Limited public data makes direct value-for-money assessment challenging. 6. Contractor is the original equipment manufacturer, suggesting specialized knowledge. 7. Potential for cost overruns exists due to the contract type.

Value Assessment

Rating: questionable

Benchmarking the value of this contract is difficult due to its sole-source nature and the specialized services provided. The cost-plus-fixed-fee (CPFF) pricing structure, while common for complex services, can lead to higher costs if not managed tightly. Without competitive bids, it's hard to ascertain if the fixed fee adequately reflects the effort required or if the government is receiving optimal value. The total award amount of $27.2 million over approximately 5 years suggests a significant investment in maintaining critical MQ-9 assets.

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 original manufacturer of the MQ-9 aircraft, and it is likely that only they possess the necessary technical data, expertise, and proprietary information to provide comprehensive logistics support for these complex systems. This lack of competition limits the government's ability to leverage market forces to drive down prices.

Taxpayer Impact: The absence of competition means taxpayers may be paying a premium for these specialized logistics services, as there was no opportunity for other qualified vendors to bid and potentially offer more cost-effective solutions.

Public Impact

Provides essential logistics and support services for the MQ-9 Reaper remotely piloted aircraft system. Ensures the operational readiness and sustainment of a key intelligence, surveillance, and reconnaissance (ISR) asset for the Air Force. Supports Air Force operations globally by maintaining the availability of MQ-9 aircraft. Indirectly benefits national security by enabling critical ISR missions.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pressure on pricing.
  • Cost-plus-fixed-fee structure may not provide strong incentives for cost control.
  • Lack of transparency in detailed cost breakdowns hinders independent value assessment.
  • Long contract duration could lock in potentially suboptimal pricing if not reviewed.
  • Reliance on a single contractor for critical support poses supply chain risk.

Positive Signals

  • Contractor is the original equipment manufacturer, ensuring deep technical expertise.
  • Support is critical for maintaining the operational capability of the MQ-9 fleet.
  • Fixed fee component provides some level of cost predictability.
  • Long-term contract ensures continuity of essential support services.

Sector Analysis

The MQ-9 Reaper is a significant platform within the Unmanned Aerial Vehicle (UAV) or Remotely Piloted Aircraft (RPA) sector, primarily used for intelligence, surveillance, and reconnaissance (ISR) missions. This contract falls under the broader aerospace and defense industry, specifically focusing on the sustainment and logistics of advanced military hardware. The market for such specialized support is often dominated by the original equipment manufacturers (OEMs) due to the proprietary nature of the technology and the deep integration required. Comparable spending benchmarks are difficult to establish precisely due to the unique nature of each platform and its support requirements, but overall defense logistics spending is substantial.

Small Business Impact

This contract does not appear to have a small business set-aside component, as indicated by 'sb': false. Furthermore, the contractor, General Atomics Aeronautical Systems, Inc., is a large aerospace company. While the primary contract is not set aside for small businesses, there may be opportunities for small businesses to participate as subcontractors to General Atomics. However, the extent of small business subcontracting is not detailed in the provided data, and the overall impact on the small business ecosystem for this specific contract is likely limited unless significant subcontracting occurs.

Oversight & Accountability

Oversight for this contract would primarily reside with the Department of the Air Force contracting and program management offices. As a sole-source award, scrutiny might be higher to ensure fair and reasonable pricing. Transparency is limited by the nature of sole-source procurement and the CPFF structure. Inspector General (IG) jurisdiction would apply if any fraud, waste, or abuse were suspected. The contract's long duration necessitates ongoing performance monitoring and potential reviews to ensure continued value.

Related Government Programs

  • MQ-9 Reaper Program
  • Air Force Logistics and Sustainment Contracts
  • Unmanned Aerial Vehicle (UAV) Support Services
  • Defense Contractor Logistics Support

Risk Flags

  • Sole-source award
  • Cost-plus-fixed-fee contract type
  • Lack of competitive bidding
  • Limited transparency on cost breakdown

Tags

defense, air-force, unmanned-aerial-vehicle, logistics-support, sole-source, cost-plus-fixed-fee, general-atomies-aeronautical-systems, california, contractor-logistics-support, mq-9-reaper

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $27.2 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC.. MQ-9 SPAIN CONTRACTOR LOGISTICS SUPPORT

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 $27.2 million.

What is the period of performance?

Start: 2019-09-20. End: 2024-01-31.

What is the track record of General Atomics Aeronautical Systems, Inc. in providing logistics support for military aircraft?

General Atomics Aeronautical Systems, Inc. (GA-ASI) has a long and established track record as the original designer and manufacturer of the MQ-9 Reaper and its predecessors. They are deeply involved in the entire lifecycle of these aircraft, including development, production, sustainment, and upgrades. Their expertise in the MQ-9 platform is unparalleled, making them the logical choice for specialized logistics support. Historically, GA-ASI has been the primary provider of sustainment services for the MQ-9 fleet, ensuring operational availability for the U.S. Air Force and allied nations. While their performance is generally considered competent given their unique position, the lack of direct competition in sole-source contracts means that performance metrics and cost-effectiveness are often evaluated internally by the government rather than through market-based comparisons.

How does the cost-plus-fixed-fee (CPFF) contract type compare to other pricing arrangements for similar logistics services?

The Cost-Plus-Fixed-Fee (CPFF) contract type is often used for complex services where the scope of work is not precisely defined at the outset, or when the contractor must undertake significant research, development, or specialized technical effort. In a CPFF contract, the government reimburses the contractor for all allowable costs incurred, plus a predetermined fixed fee representing profit. This differs from fixed-price contracts, where the price is set regardless of the actual costs incurred, providing greater cost certainty for the government but potentially higher risk for the contractor. Compared to other cost-reimbursement types like Cost Plus Incentive Fee (CPIF), CPFF offers less incentive for the contractor to control costs beyond what is necessary to achieve the fixed fee. While it ensures the contractor is compensated for all legitimate expenses and effort, it places a significant burden on the government to meticulously audit costs and monitor performance to prevent overspending. For logistics services, especially those tied to unique, high-technology platforms like the MQ-9, CPFF is common but requires robust government oversight to ensure value.

What are the primary risks associated with a sole-source award for critical defense logistics support?

The primary risks associated with a sole-source award for critical defense logistics support are centered around cost and innovation. Without competition, the government loses the leverage to negotiate the best possible price, potentially leading to higher expenditures than if multiple vendors had bid. This can result in taxpayers bearing a premium for the services. Furthermore, a lack of competition can reduce the incentive for the sole-source provider to innovate or improve efficiency, as there is no market pressure from rivals. This can lead to stagnation in service delivery or technology adoption. Another significant risk is dependency; the government becomes reliant on a single entity, which can create vulnerabilities in the supply chain or in the event of contractor performance issues, financial instability, or geopolitical factors affecting the contractor. This dependency also limits the government's flexibility to switch providers if circumstances change.

What is the historical spending pattern for MQ-9 logistics support, and how does this award compare?

Historical spending data for MQ-9 logistics support, particularly for sole-source contracts with General Atomics, indicates a consistent and substantial investment required to maintain the operational readiness of this critical platform. While the exact figures for prior years are not provided here, the annual expenditure for sustainment, maintenance, and contractor logistics support (CLS) for advanced UAVs like the MQ-9 typically runs into the tens of millions of dollars. This $27.2 million award, spanning approximately 1594 days (around 4.3 years of performance), averages roughly $6.3 million per year. This figure appears consistent with the scale of support required for such a sophisticated and widely deployed system. Without access to detailed historical contract awards and their specific scopes of work, a precise year-over-year comparison is challenging. However, the current award reflects the ongoing, significant financial commitment necessary for the sustainment of the MQ-9 fleet.

What are the potential implications of this contract on the broader MQ-9 ecosystem and future platform development?

This contract primarily ensures the continued operational capability and sustainment of the existing MQ-9 fleet, which is crucial for current ISR missions. By providing essential logistics support, General Atomics helps maintain the readiness and availability of these aircraft, indirectly supporting ongoing military operations. For the broader MQ-9 ecosystem, this award signifies stability for the platform's support infrastructure. It reinforces GA-ASI's central role in the MQ-9's lifecycle. Regarding future platform development, this contract doesn't directly fund new R&D for next-generation systems. However, the insights and experience gained from providing ongoing logistics support can inform future designs, potentially leading to more maintainable or cost-effective successors. The reliance on GA-ASI for current logistics might also influence decisions about future platforms, potentially favoring systems where the manufacturer can provide integrated, long-term support, though this also highlights the ongoing challenge of fostering competition in specialized defense markets.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesProcess, Physical Distribution, and Logistics Consulting Services

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

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: FA862018R2006

Offers Received: 1

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: $42,821,333

Exercised Options: $27,192,877

Current Obligation: $27,192,877

Subaward Activity

Number of Subawards: 8

Total Subaward Amount: $3,518,317

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Timeline

Start Date: 2019-09-20

Current End Date: 2024-01-31

Potential End Date: 2024-01-31 00:00:00

Last Modified: 2025-11-12

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