DoD's $8.4M contract for support services awarded to General Atomics Aeronautical Systems, Inc. raises value questions

Contract Overview

Contract Amount: $8,455,612 ($8.5M)

Contractor: General Atomics Aeronautical Systems, Inc.

Awarding Agency: Department of Defense

Start Date: 2025-03-01

End Date: 2026-02-28

Contract Duration: 364 days

Daily Burn Rate: $23.2K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: BIG SAFARI

Place of Performance

Location: POWAY, SAN DIEGO County, CALIFORNIA, 92064

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $8.5 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC. for work described as: BIG SAFARI Key points: 1. The contract's value proposition is unclear due to a lack of competitive bidding and limited public information on performance metrics. 2. Sole-source awards can lead to higher costs and reduced innovation compared to open competition. 3. The fixed-fee structure, while providing some cost certainty, may not incentivize the most efficient service delivery. 4. Performance context is minimal, making it difficult to assess if the selected contractor offers superior capabilities or pricing. 5. The contract's duration of one year suggests a need for ongoing services, but the lack of competition is a recurring concern. 6. The absence of small business subcontracting requirements warrants scrutiny for potential impacts on smaller enterprises.

Value Assessment

Rating: questionable

Benchmarking the value of this $8.4 million contract is challenging due to its sole-source nature and the absence of detailed performance data. Without comparison to other support service contracts or market rates for similar services, it's difficult to ascertain if the pricing is competitive or if the government is receiving optimal value. The fixed-fee pricing structure provides some predictability but may not be the most cost-effective method if efficiencies are not rigorously pursued by the contractor.

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 limits the government's ability to explore a wider range of solutions and potentially secure more favorable pricing through competitive bidding. The lack of competition means that price discovery is not driven by market forces, which can be a disadvantage for the government.

Taxpayer Impact: Sole-source awards can result in higher costs for taxpayers as there is no competitive pressure to drive down prices. This also limits opportunities for other qualified businesses to secure government contracts.

Public Impact

The primary beneficiary of this contract is General Atomics Aeronautical Systems, Inc., which will provide essential support services. The services delivered are broadly categorized under 'All Other Support Services,' indicating a need for specialized or non-standard operational assistance. The geographic impact is centered in California, where the contractor is located and likely where services will be performed or managed. Workforce implications may include the utilization of specialized personnel by General Atomics to fulfill the contract requirements.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition may lead to inflated costs for taxpayers.
  • Limited transparency on performance metrics makes value assessment difficult.
  • Sole-source awards can stifle innovation and reduce contractor accountability.
  • Absence of small business subcontracting requirements may limit opportunities for smaller firms.

Positive Signals

  • The contract is awarded to a known entity, General Atomics Aeronautical Systems, Inc., suggesting a level of established capability.
  • The fixed-fee structure provides some cost control for the government.
  • The contract duration allows for sustained support, potentially ensuring operational continuity.

Sector Analysis

The 'All Other Support Services' category (NAICS 561990) encompasses a wide array of non-standard support activities. This contract likely falls within the broader aerospace and defense services sector, which is characterized by specialized technical expertise and long-term government partnerships. Spending in this sector is often driven by national security needs, and contracts can range from maintenance and logistics to specialized operational support. Benchmarking is difficult without specific service details, but large defense contracts often involve significant dollar values.

Small Business Impact

This contract does not appear to include a small business set-aside, nor are there explicit requirements for subcontracting with small businesses mentioned in the provided data. This means that opportunities for small businesses to participate in this contract, either as prime contractors or subcontractors, are limited. The absence of such provisions could reduce the overall economic impact on the small business ecosystem within the defense sector.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of the Air Force's contracting and program management offices. Accountability measures are usually tied to the terms of the Cost Plus Fixed Fee (CPFF) contract, requiring the contractor to adhere to agreed-upon cost ceilings and performance standards. Transparency is limited by the sole-source nature of the award and the lack of publicly available detailed performance reports. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

  • Defense Logistics Support Services
  • Aerospace Maintenance and Repair
  • Government Support Contracts
  • Specialized Technical Services

Risk Flags

  • Sole-source award
  • Lack of competition
  • Unclear performance metrics
  • Broad service category

Tags

defense, department-of-defense, air-force, general-atomics-aeronautical-systems-inc, sole-source, support-services, cost-plus-fixed-fee, california, aerospace, unmanned-aerial-systems, >$1m, 1-year-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $8.5 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC.. BIG SAFARI

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 $8.5 million.

What is the period of performance?

Start: 2025-03-01. End: 2026-02-28.

What specific support services are being procured under this contract, and how do they align with the Air Force's mission requirements?

The provided data categorizes this contract under NAICS code 561990, 'All Other Support Services.' This is a broad classification that can encompass a wide range of activities not specified elsewhere. Without further details, it is difficult to pinpoint the exact nature of the support. However, given the contractor, General Atomics Aeronautical Systems, Inc., known for its work in unmanned aerial systems (UAS) and aerospace technology, these services likely relate to the operation, maintenance, logistics, or technical support of advanced aerospace platforms or related systems. The alignment with Air Force mission requirements would depend on the specific systems or operations these services are intended to support, such as intelligence, surveillance, reconnaissance (ISR), or combat air support.

How does the Cost Plus Fixed Fee (CPFF) contract type influence the potential for cost overruns and contractor efficiency?

The Cost Plus Fixed Fee (CPFF) contract type allows the contractor to recover all allowable costs incurred, plus a predetermined fixed fee representing profit. This structure provides cost certainty for the government regarding the contractor's profit margin. However, it can create an incentive for the contractor to incur higher costs, as their profit is fixed regardless of the total cost. To mitigate this, the government must implement robust oversight, including detailed cost monitoring and audits, to ensure that all incurred costs are reasonable, allocable, and necessary. Contractor efficiency is encouraged through the fixed fee, but the primary driver for cost control rests on the government's ability to manage and audit the contractor's expenditures effectively.

What are the risks associated with awarding a contract of this magnitude on a sole-source basis?

Awarding a contract of $8.4 million on a sole-source basis carries several risks. Primarily, it eliminates the potential for competitive bidding, which is the government's most effective tool for ensuring fair and reasonable pricing and achieving best value. Without competition, taxpayers may end up paying more than necessary. Furthermore, sole-source awards can limit the government's access to innovative solutions or alternative approaches that might be offered by other qualified vendors. It can also create a perception of favoritism or a lack of transparency, potentially undermining public trust. Finally, it reduces the incentive for the awarded contractor to be highly efficient or cost-conscious, as they face no direct competitive pressure.

What is General Atomics Aeronautical Systems, Inc.'s track record with similar government contracts, particularly within the Department of Defense?

General Atomics Aeronautical Systems, Inc. (GA-ASI) has a significant and well-established track record with the Department of Defense (DoD), particularly in the development and production of unmanned aerial systems (UAS) like the Predator and Reaper. They are a major defense contractor with extensive experience in aerospace engineering, manufacturing, and support services. Their history with the DoD includes numerous large-scale contracts for aircraft, sensors, and associated support. While this specific contract is for 'All Other Support Services,' GA-ASI's deep involvement in complex defense programs suggests they possess the technical expertise and infrastructure to fulfill such requirements. However, the specific nature of the services under this $8.4M contract would determine how closely it aligns with their core competencies and past performance.

How does this contract's value and duration compare to historical spending on similar support services by the Department of Defense?

The provided data indicates a contract value of $8.4 million with a duration of 364 days (approximately one year). Without more specific details on the 'All Other Support Services' being procured, direct historical comparisons are challenging. However, the Department of Defense frequently awards contracts for various support services, ranging from logistics and maintenance to technical and operational assistance. Contracts of this dollar value are common, especially for specialized services or specific program needs. The one-year duration suggests a need for ongoing, potentially recurring, support rather than a one-time project. Historical spending patterns for similar broad support service categories within the DoD are extensive, but the sole-source nature of this award makes direct value comparisons difficult without knowing the specific services and market rates.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesOther Support ServicesAll Other Support Services

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

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

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: $18,501,136

Exercised Options: $9,473,936

Current Obligation: $8,455,612

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $106,200

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Parent Contract

Parent Award PIID: FA862021G4021

IDV Type: BOA

Timeline

Start Date: 2025-03-01

Current End Date: 2026-02-28

Potential End Date: 2027-02-28 00:00:00

Last Modified: 2026-01-07

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