DoD's $1.37B MQ-9 Reaper production buy for USMC raises questions on competition and value
Contract Overview
Contract Amount: $136,901,093 ($136.9M)
Contractor: General Atomics Aeronautical Systems, Inc.
Awarding Agency: Department of Defense
Start Date: 2022-05-24
End Date: 2025-05-30
Contract Duration: 1,102 days
Daily Burn Rate: $124.2K/day
Competition Type: NOT COMPETED
Pricing Type: FIXED PRICE INCENTIVE
Sector: Defense
Official Description: MQ-9 REAPER 2022 UNITED STATES MARINE CORPS PRODUCTION BUY
Place of Performance
Location: POWAY, SAN DIEGO County, CALIFORNIA, 92064
Plain-Language Summary
Department of Defense obligated $136.9 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC. for work described as: MQ-9 REAPER 2022 UNITED STATES MARINE CORPS PRODUCTION BUY Key points: 1. Significant investment in MQ-9 Reaper drones highlights reliance on existing platforms. 2. Sole-source nature of this large procurement limits price discovery and potentially inflates costs. 3. Long-term sustainment and upgrade costs for these platforms are not detailed here but are substantial. 4. The contract's fixed-price incentive structure aims to balance cost control with performance. 5. This acquisition supports a critical intelligence, surveillance, and reconnaissance (ISR) capability for the Marine Corps. 6. The duration of the contract suggests a long-term commitment to this specific drone technology.
Value Assessment
Rating: fair
Benchmarking the value of this specific production buy is challenging without detailed cost breakdowns and comparisons to similar sole-source procurements. The fixed-price incentive (FPI) contract type suggests an attempt to manage costs by incentivizing the contractor to meet certain targets, but the lack of competition inherently weakens the government's negotiating position. The total value of $1.37 billion for 124,230 units (based on the provided 'br' field, though unit count seems high for drones) indicates a substantial per-unit cost that warrants scrutiny, especially given the platform's maturity.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This typically occurs when only one responsible source can provide the required supplies or services. The lack of competition means the Department of Defense did not explore alternative providers or negotiate based on multiple offers, which can lead to higher prices and less innovation. The rationale for this sole-source determination is critical for understanding the necessity of awarding to a single vendor.
Taxpayer Impact: Taxpayers are potentially paying a premium due to the absence of competitive bidding. Without competing offers, there is less pressure on the contractor to offer the lowest possible price, meaning taxpayer funds may not be utilized as efficiently as they could be in a competitive environment.
Public Impact
The primary beneficiaries are the United States Marine Corps, which gains enhanced intelligence, surveillance, and reconnaissance capabilities. The contract delivers advanced unmanned aerial systems (UAS) essential for modern warfare and operational awareness. Geographic impact is global, as MQ-9 Reapers can be deployed to various theaters of operation. Workforce implications include the need for trained pilots, sensor operators, and maintenance personnel for the MQ-9 fleet.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pressure, potentially leading to higher costs for taxpayers.
- Lack of transparency in the sole-source justification requires further investigation.
- Maturity of the platform may mean higher sustainment and upgrade costs over its lifecycle.
- Fixed-price incentive contracts can still result in cost overruns if targets are not met or are poorly defined.
Positive Signals
- The MQ-9 Reaper is a proven and critical asset for ISR missions, directly supporting warfighter effectiveness.
- The fixed-price incentive structure provides some cost control mechanisms and performance incentives.
- The contract duration ensures a stable supply of a vital capability for the Marine Corps.
- General Atomics has a long track record in developing and producing advanced UAS.
Sector Analysis
The Unmanned Aerial Systems (UAS) market is a rapidly growing segment within the aerospace and defense industry. The MQ-9 Reaper, manufactured by General Atomics, is a prominent medium-altitude, long-endurance (MALE) drone used extensively for ISR and strike missions. This contract represents a significant portion of the government's investment in this mature but continuously evolving technology. Comparable spending benchmarks would involve other large-scale procurements of similar UAS platforms by various military branches or allied nations, though direct comparisons are often difficult due to platform-specific capabilities and contract structures.
Small Business Impact
This contract does not appear to include specific small business set-asides, as indicated by 'sb': false. While the prime contractor, General Atomics, is a large business, there may be subcontracting opportunities for small businesses within the supply chain. However, without explicit set-aside goals or reporting on subcontracting plans, the direct impact on the small business ecosystem for this specific procurement is unclear and likely indirect.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Defense's contracting and program management offices, potentially involving the Defense Contract Management Agency (DCMA) for performance monitoring. Inspector General (IG) investigations could be initiated if allegations of fraud, waste, or abuse arise. Transparency is facilitated through contract awards databases, but detailed cost justifications for sole-source procurements are often less accessible to the public.
Related Government Programs
- MQ-1 Predator Program
- MQ-9 Reaper Sustainment Contracts
- Unmanned Aerial Systems Procurement
- Intelligence, Surveillance, and Reconnaissance (ISR) Platforms
- Department of Defense Aircraft Manufacturing
Risk Flags
- Sole-source award
- Lack of competition
- Potential for cost overruns
- Long-term sustainment costs not included
Tags
defense, department-of-defense, us-marine-corps, aircraft-manufacturing, unmanned-aerial-systems, sole-source, fixed-price-incentive, production-buy, intelligence-surveillance-reconnaissance, california, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $136.9 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC.. MQ-9 REAPER 2022 UNITED STATES MARINE CORPS PRODUCTION BUY
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 $136.9 million.
What is the period of performance?
Start: 2022-05-24. End: 2025-05-30.
What is the specific justification for awarding this MQ-9 Reaper production buy as a sole-source contract, and what alternatives were considered?
The provided data indicates this contract was 'NOT COMPETED' and is a 'sole-source' award. Typically, sole-source justifications are required when only one responsible source can satisfy the agency's needs. For a platform like the MQ-9 Reaper, this could be due to unique technological capabilities, proprietary manufacturing processes, or existing infrastructure and training dependencies that make switching to another provider impractical or prohibitively expensive. The Department of Defense would have a formal justification document (e.g., a Justification and Approval for Other Than Full and Open Competition) outlining these reasons. Without access to this document, it's difficult to definitively assess the validity of the sole-source determination. Alternatives might have been considered in earlier phases of the program, but for a production buy of an established system, the focus is often on ensuring continued supply from the incumbent manufacturer.
How does the per-unit cost of this MQ-9 Reaper production buy compare to previous procurements or similar platforms?
The provided data includes a 'br' value of 124230, which, if interpreted as units, seems exceptionally high for drones, suggesting it might represent something else (e.g., hours, components). Assuming it relates to units, the total contract value of $1,369,010,930 divided by this number yields a very low per-unit cost. However, it's more likely that 'br' is not a direct unit count for the drones themselves. A more realistic interpretation might be that the contract is for a specific number of airframes and associated support. Without a clear unit count for the actual MQ-9 Reapers being procured in this specific contract, a direct per-unit cost comparison is not feasible from the given data. Historical data for MQ-9 Reaper airframes typically shows costs ranging from $15 million to over $30 million per unit, depending on configuration and support packages. This specific contract's value needs to be analyzed against the actual quantity of systems delivered to determine its cost-effectiveness relative to past buys.
What are the key performance metrics and targets associated with the Fixed Price Incentive (FPI) contract type for this procurement?
A Fixed Price Incentive (FPI) contract type aims to establish a firm fixed price for the effort, but allows for adjustments based on the contractor's performance against established targets. For this MQ-9 Reaper production buy, the FPI structure likely includes targets for cost, delivery schedule, and potentially certain performance specifications or reliability metrics. The contract would define a target cost, a target profit, and an established price ceiling. If the contractor achieves the target cost, the government pays the established price. If costs are lower, the contractor shares in the savings (up to a limit). If costs exceed the target cost, the contractor bears a portion of the overrun, up to the price ceiling. The specific metrics and the sharing ratio between the government and contractor are detailed within the contract's special provisions and would be crucial for assessing the effectiveness of cost control and performance incentives.
What is the expected operational lifespan and sustainment cost associated with the MQ-9 Reapers being procured under this contract?
The provided data indicates a contract start date of May 24, 2022, and an end date of May 30, 2025, with a duration of 1102 days (approximately 3 years). This duration likely covers the production and delivery phase, not the entire operational lifespan of the MQ-9 Reapers. The MQ-9 Reaper is designed for a long service life, typically measured in decades. Sustainment costs, including maintenance, spare parts, software updates, and personnel training, are usually managed through separate, often longer-term contracts. These sustainment costs can significantly exceed the initial procurement cost of the platform over its lifecycle. While this specific contract focuses on production, the long-term financial commitment for operating and maintaining these assets will be substantial and requires separate analysis.
How does the Department of Defense plan to mitigate risks associated with relying on a single supplier for a critical asset like the MQ-9 Reaper?
Mitigating risks associated with sole-source procurement of critical assets like the MQ-9 Reaper involves several strategies. The government often employs robust contract oversight, including detailed performance monitoring and audits, to ensure fair pricing and quality. For FPI contracts, the incentive structure is designed to align contractor and government interests, encouraging efficiency. The government may also invest in developing alternative capabilities or fostering competition in future procurements, perhaps through technology insertion programs or by supporting potential competitors. Additionally, maintaining strong relationships and clear communication channels with the sole-source provider is crucial for managing supply chain risks, ensuring timely deliveries, and addressing potential production issues proactively. Long-term strategic planning also involves assessing the platform's future relevance and exploring potential upgrades or replacements well in advance.
Industry Classification
NAICS: Manufacturing › Aerospace Product and Parts Manufacturing › Aircraft Manufacturing
Product/Service Code: AEROSPACE CRAFT AND STRUCTURAL COMPONENTS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIXED PRICE INCENTIVE (L)
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: $137,547,904
Exercised Options: $137,547,904
Current Obligation: $136,901,093
Subaward Activity
Number of Subawards: 33
Total Subaward Amount: $6,343,645
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: FA868920D2020
IDV Type: IDC
Timeline
Start Date: 2022-05-24
Current End Date: 2025-05-30
Potential End Date: 2025-05-30 00:00:00
Last Modified: 2025-04-18
More Contracts from General Atomics Aeronautical Systems, Inc.
- Requirement IS for the Procurement of Performance Based Logistics Support Services for the MQ-1C Gray Eagle Unmanned Aircraft System — $1.9B (Department of Defense)
- Award of Undefinitized Contract Action (UCA) for FY 12 MQ-1C Gray Eagle Program of Record and Quick Reaction Capability Performance-Based Logistics Product Support — $1.1B (Department of Defense)
- FY 13 Full Rate Production of the Gray Eagle Unmanned Aircraft System and FY 12 Backfill Requirements — $1.1B (Department of Defense)
- FY17 Gray Eagle Performance Based Logistics (PBL) Effort — $936.9M (Department of Defense)
- Federal Contract — $646.6M (Department of Defense)
View all General Atomics Aeronautical Systems, Inc. federal contracts →
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)