DoD awards $78M for MQ-9 Reaper logistics support, raising questions on competition and value

Contract Overview

Contract Amount: $78,188,089 ($78.2M)

Contractor: General Atomics Aeronautical Systems, Inc.

Awarding Agency: Department of Defense

Start Date: 2022-03-01

End Date: 2025-11-30

Contract Duration: 1,370 days

Daily Burn Rate: $57.1K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: MQ-9 REAPER NETHERLANDS CONTRACTOR LOGISTICS SUPPORT

Place of Performance

Location: POWAY, SAN DIEGO County, CALIFORNIA, 92064

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $78.2 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC. for work described as: MQ-9 REAPER NETHERLANDS CONTRACTOR LOGISTICS SUPPORT Key points: 1. Contract awarded on a sole-source basis, limiting price discovery and potentially increasing costs. 2. Logistics support for a critical unmanned aerial system highlights reliance on a single provider. 3. Performance-based contract structure aims to incentivize efficient service delivery. 4. Long contract duration (1370 days) suggests a need for sustained support for the MQ-9 program. 5. Geographic focus on California for contractor operations. 6. No small business set-aside, indicating potential missed opportunities for smaller enterprises.

Value Assessment

Rating: fair

Benchmarking the value of this contract is challenging due to the sole-source nature and lack of publicly available comparable contract data for MQ-9 Reaper logistics support. The Cost Plus Fixed Fee (CPFF) pricing structure means that while the contractor's profit is fixed, the total cost to the government can fluctuate based on actual expenses. This necessitates robust oversight to ensure costs remain reasonable and do not escalate beyond expectations.

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. This approach is typically used when only one responsible source can provide the required supplies or services. The lack of competition means the government did not benefit from multiple bids, which could have driven down prices and fostered innovation.

Taxpayer Impact: Taxpayers may be paying a premium due to the absence of competitive bidding. Without competing offers, there is less assurance that the price reflects the best possible value.

Public Impact

The U.S. Air Force benefits from sustained operational readiness of the MQ-9 Reaper fleet. Provides critical contractor logistics support, including maintenance, repair, and supply chain management. Supports the operational capabilities of a key intelligence, surveillance, and reconnaissance (ISR) platform. Indirectly supports U.S. military operations and national security objectives.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pressure on pricing.
  • Cost Plus Fixed Fee structure requires diligent government oversight to control costs.
  • Reliance on a single contractor for critical logistics could pose supply chain risks.

Positive Signals

  • Contractor has a track record with the MQ-9 program.
  • Performance-based elements aim to ensure service quality.
  • Long-term contract provides stability for program support.

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically logistics consulting. The defense industry relies heavily on specialized support services to maintain complex weapon systems like the MQ-9 Reaper. Spending in this area is driven by the need for specialized expertise that government personnel may not possess or have the capacity to provide, ensuring the operational readiness of advanced military assets.

Small Business Impact

This contract does not include a small business set-aside. Given the specialized nature of logistics support for advanced defense systems, it is possible that the primary contractor is the most capable or only viable option. However, opportunities for small businesses to participate as subcontractors should be explored to ensure broader economic impact.

Oversight & Accountability

Oversight will be critical given the sole-source, Cost Plus Fixed Fee nature of this contract. The Air Force contracting officer and program management team will need to closely monitor contractor performance, expenditures, and adherence to contract terms. Transparency in reporting costs and performance metrics will be essential for accountability.

Related Government Programs

  • MQ-9 Reaper acquisition programs
  • Unmanned Aerial Vehicle (UAV) support services
  • Defense logistics and maintenance contracts
  • Air Force readiness and sustainment initiatives

Risk Flags

  • Sole-source award
  • Cost-plus contract type
  • Lack of small business participation

Tags

defense, air-force, unmanned-aerial-vehicle, logistics-support, sole-source, cost-plus-fixed-fee, contractor-logistics-support, mq-9-reaper, california, professional-scientific-and-technical-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $78.2 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC.. MQ-9 REAPER NETHERLANDS 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 $78.2 million.

What is the period of performance?

Start: 2022-03-01. End: 2025-11-30.

What is General Atomics Aeronautical Systems, Inc.'s track record with the MQ-9 Reaper program?

General Atomics Aeronautical Systems, Inc. (GA-ASI) is the original manufacturer of the MQ-9 Reaper and has a long-standing relationship with the U.S. Air Force and other operators of the platform. They are responsible for the design, development, production, and sustainment of the aircraft. Their extensive experience with the MQ-9 system makes them a logical, albeit sole-source, provider for critical logistics support, as they possess intimate knowledge of the aircraft's technical requirements, maintenance needs, and operational nuances. This historical involvement suggests a deep understanding of the platform's lifecycle needs.

How does the pricing structure (Cost Plus Fixed Fee) compare to other defense logistics contracts?

Cost Plus Fixed Fee (CPFF) is a common contract type in defense, particularly for services where the scope of work can be somewhat uncertain or requires significant contractor effort. It aims to provide a balance by allowing the government to reimburse the contractor's actual costs while ensuring the contractor's profit is fixed. Compared to fixed-price contracts, CPFF can offer more flexibility but requires robust government oversight to manage cost growth. Other defense logistics contracts might utilize Firm-Fixed-Price (FFP) for well-defined services or Cost Plus Incentive Fee (CPIF) to incentivize performance targets. The choice of CPFF here suggests a recognition of the complexities and potential cost variables in supporting the MQ-9.

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

The primary risks of a sole-source award for critical logistics support include a lack of competitive pressure, which can lead to higher prices and reduced incentives for efficiency and innovation. There's also a risk of vendor lock-in, where the government becomes overly dependent on a single provider, making it difficult to switch even if performance or pricing becomes unsatisfactory. Furthermore, a sole-source provider might have less incentive to invest in improving processes or technology if they are guaranteed the contract without competition. This dependence can also create vulnerabilities in the supply chain if the sole provider experiences operational disruptions.

How effective is the performance-based aspect of this contract in ensuring value for taxpayers?

The effectiveness of the performance-based aspects in ensuring value for taxpayers hinges on the specific performance metrics and incentives defined within the contract. If well-structured, performance-based contracting can align contractor efforts with government objectives, rewarding timely delivery, quality of service, and cost efficiency. However, the sole-source nature limits the comparative benchmark for value. Taxpayers benefit if these metrics successfully drive down operational costs or improve system availability beyond what would be achieved without them. Diligent government monitoring and evaluation of performance against these metrics are crucial for realizing the intended value.

What are historical spending patterns for MQ-9 Reaper logistics support?

Historical spending on MQ-9 Reaper logistics support has been substantial, reflecting the platform's growing importance and operational tempo. While specific figures for past logistics contracts can vary and are often tied to specific configurations or operational phases, the overall trend indicates a significant and sustained investment. This contract, valued at approximately $78 million over its duration, aligns with the ongoing need to maintain and operate a fleet of advanced unmanned systems. Past spending has likely been influenced by factors such as fleet size, deployment locations, modernization efforts, and the evolving threat landscape, necessitating continuous support services.

What is the potential impact of this contract on the broader defense logistics market?

This contract, awarded to the original equipment manufacturer (OEM), reinforces the trend of OEMs providing integrated sustainment solutions for complex defense platforms. While it may limit opportunities for third-party logistics providers or independent repair facilities in this specific instance, it also sets a precedent for how such critical support is managed. The market for defense logistics is highly specialized, and contracts like this highlight the value placed on deep system knowledge and established relationships. It underscores the importance of OEMs in ensuring platform readiness, potentially influencing how future contracts for similar advanced systems are structured.

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

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: $92,547,780

Exercised Options: $92,547,780

Current Obligation: $78,188,089

Subaward Activity

Number of Subawards: 15

Total Subaward Amount: $7,432,126

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Timeline

Start Date: 2022-03-01

Current End Date: 2025-11-30

Potential End Date: 2025-11-30 00:00:00

Last Modified: 2025-08-29

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