DoD awards $774M for MQ-9 Reaper aircraft production, raising value concerns due to sole-source nature

Contract Overview

Contract Amount: $77,400,000 ($77.4M)

Contractor: General Atomics Aeronautical Systems, Inc.

Awarding Agency: Department of Defense

Start Date: 2022-05-23

End Date: 2025-07-31

Contract Duration: 1,165 days

Daily Burn Rate: $66.4K/day

Competition Type: NOT COMPETED

Pricing Type: FIXED PRICE INCENTIVE

Sector: Defense

Official Description: MQ-9 REAPER FISCAL YEAR 22 AIRCRAFT PRODUCTION ORDER

Place of Performance

Location: POWAY, SAN DIEGO County, CALIFORNIA, 92064

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $77.4 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC. for work described as: MQ-9 REAPER FISCAL YEAR 22 AIRCRAFT PRODUCTION ORDER Key points: 1. The contract's fixed-price incentive structure aims to balance cost control with performance, but the lack of competition limits price discovery. 2. Sole-source procurement for critical defense assets like the MQ-9 Reaper can lead to higher costs compared to competitive bids. 3. The duration of the contract (over 3 years) suggests a significant, long-term commitment to this platform. 4. The absence of small business set-asides or subcontracting requirements may limit opportunities for smaller firms in this high-value sector. 5. Performance context is crucial; understanding the specific incentives and penalties tied to the 'incentive' portion of the contract is key to assessing value. 6. The aircraft manufacturing sector is highly specialized, with few companies possessing the capability to produce advanced drones like the Reaper.

Value Assessment

Rating: questionable

Benchmarking the value of this sole-source contract is challenging without competitive data. The base award of $774 million for MQ-9 Reaper aircraft production represents a significant investment. While the fixed-price incentive (FPI) contract type attempts to manage costs by sharing savings or overruns, the lack of competition means there's no direct market comparison to assess if this price is optimal. Without knowing the specific incentive targets and the contractor's cost structure, it's difficult to definitively state if this represents excellent value for money.

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 goods or services, or in cases of urgent need. The lack of competition means that the Department of Defense did not solicit bids from multiple potential suppliers. This limits the government's ability to leverage market forces to achieve the lowest possible price and potentially overlooks innovative solutions from other manufacturers.

Taxpayer Impact: Taxpayers may be paying a premium due to the absence of competitive bidding. Without a competitive process, there is less pressure on the contractor to offer the most cost-effective solution.

Public Impact

The primary beneficiaries are the U.S. Air Force and potentially other Department of Defense branches requiring advanced uncrewed aerial systems for intelligence, surveillance, and reconnaissance (ISR) and strike missions. The contract delivers MQ-9 Reaper aircraft, a critical platform for modern warfare, providing enhanced situational awareness and operational capabilities. The geographic impact is primarily national, supporting defense readiness, but the deployment of these aircraft can have global implications. This contract supports jobs within the aerospace and defense manufacturing sector, specifically at General Atomics Aeronautical Systems, Inc. and its supply chain.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source procurement limits competitive pressure, potentially leading to higher costs for taxpayers.
  • Lack of transparency in the sole-source justification makes it difficult to assess if alternatives were adequately considered.
  • The fixed-price incentive structure, while designed for cost control, can be complex and may not always yield optimal savings without robust oversight.
  • No explicit small business subcontracting goals are mentioned, potentially limiting opportunities for smaller enterprises.

Positive Signals

  • The MQ-9 Reaper is a proven and critical asset for national defense, ensuring the Air Force maintains essential ISR and strike capabilities.
  • The fixed-price incentive contract type, if structured effectively, can incentivize contractor efficiency and performance.
  • The award supports a key defense industrial base supplier, maintaining critical manufacturing expertise.
  • The long-term nature of the contract suggests a strategic commitment to a vital defense platform.

Sector Analysis

The MQ-9 Reaper falls within the advanced uncrewed aerial systems (UAS) segment of the broader aerospace and defense industry. This sector is characterized by high research and development costs, stringent regulatory requirements, and significant government procurement. The market for advanced drones is growing, driven by military modernization efforts globally. Comparable spending benchmarks would involve other large-scale aircraft production contracts, but direct comparisons for specialized UAS platforms are limited due to their unique capabilities and the concentrated nature of the supplier base.

Small Business Impact

This contract does not appear to include specific small business set-aside provisions. Furthermore, there is no explicit mention of subcontracting requirements for small businesses. This suggests that opportunities for small businesses may be limited to direct supply chain roles within General Atomics Aeronautical Systems, Inc., rather than direct contract awards or set-aside portions. The impact on the small business ecosystem is likely minimal unless the prime contractor actively engages small businesses in its supply chain.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Defense's contracting and program management offices. Accountability measures are embedded within the contract's fixed-price incentive clauses, which link contractor profit to performance and cost targets. Transparency is limited due to the sole-source nature of the award; the justification for not competing the contract would be the primary document for public scrutiny. Inspector General jurisdiction would apply to investigations of fraud, waste, or abuse related to the contract.

Related Government Programs

  • MQ-1 Predator Program
  • Unmanned Aerial Vehicle (UAV) Procurement
  • Defense Intelligence, Surveillance, and Reconnaissance (ISR) Systems
  • Advanced Aircraft Manufacturing
  • Air Force Weapon Systems Acquisition

Risk Flags

  • Sole-source procurement
  • Lack of competitive bidding
  • Potential for cost overruns without strong oversight
  • Limited small business participation opportunities

Tags

defense, department-of-defense, air-force, aircraft-manufacturing, unmanned-aerial-vehicle, mq-9-reaper, sole-source, fixed-price-incentive, california, large-contract, production-order

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $77.4 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC.. MQ-9 REAPER FISCAL YEAR 22 AIRCRAFT PRODUCTION ORDER

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 $77.4 million.

What is the period of performance?

Start: 2022-05-23. End: 2025-07-31.

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

General Atomics Aeronautical Systems, Inc. (GA-ASI) is the original designer and manufacturer of the MQ-9 Reaper and its predecessor, the MQ-1 Predator. GA-ASI has a long and established history with the U.S. Air Force and other government agencies, delivering thousands of UAVs and associated systems over several decades. They are widely recognized as a leader in the unmanned aircraft systems market. Their track record with the Reaper program includes continuous development, upgrades, and production, making them the sole source of expertise and capability for this specific platform. Past performance reviews and contract histories would detail their delivery schedules, cost performance, and technical success rates on previous Reaper orders.

How does the $774 million award compare to previous MQ-9 Reaper production orders?

Comparing the $774 million award for Fiscal Year 2022 MQ-9 Reaper aircraft production requires looking at historical data for similar production lots. While exact year-over-year comparisons can be complex due to varying quantities, configurations, and contract types, this figure represents a substantial investment. For context, previous multi-year procurements or annual production orders for the MQ-9 have often been in the hundreds of millions of dollars. For instance, prior awards for aircraft and associated support have ranged from $100 million to over $500 million depending on the scope. The $774 million figure suggests a significant production run or the inclusion of advanced variants and support packages in this specific order, underscoring the continued reliance on and investment in the Reaper platform by the Department of Defense.

What are the primary risks associated with a sole-source award for critical defense assets like the MQ-9 Reaper?

The primary risks associated with a sole-source award for critical defense assets like the MQ-9 Reaper include: 1. **Higher Costs:** Without competition, the government loses the benefit of price discovery and negotiation leverage that multiple bidders provide, potentially leading to inflated prices. 2. **Reduced Innovation:** A sole-source environment may disincentivize the contractor from pursuing innovative cost-saving measures or technological advancements, as there is no competitive pressure to do so. 3. **Dependency and Lock-in:** The government becomes heavily reliant on a single supplier, creating a potential for vendor lock-in and making it difficult or costly to switch providers or technologies in the future. 4. **Limited Oversight Effectiveness:** While oversight mechanisms exist, the lack of competitive alternatives can reduce the government's bargaining power during oversight and issue resolution.

What is the strategic importance of the MQ-9 Reaper program to the U.S. Air Force?

The MQ-9 Reaper program is of paramount strategic importance to the U.S. Air Force and the broader Department of Defense. It represents a key component of the current and future intelligence, surveillance, and reconnaissance (ISR) and persistent strike capabilities. The Reaper provides persistent battlefield awareness, enabling commanders to track enemy movements and identify targets over extended periods. Its multi-mission capability, including carrying precision-guided munitions, allows it to engage threats directly. In an era of evolving global security challenges, the MQ-9's ability to operate in contested environments, gather critical intelligence, and provide close air support makes it an indispensable asset for maintaining air superiority and projecting power.

How has spending on the MQ-9 Reaper program evolved over recent fiscal years?

Spending on the MQ-9 Reaper program has shown a consistent and significant trend over recent fiscal years, reflecting its critical role in U.S. defense strategy. While specific annual figures fluctuate based on production schedules, modernization efforts, and support contracts, overall investment has remained substantial. For example, Fiscal Year 2021 saw significant procurement funding, and the FY22 award of $774 million for aircraft production continues this pattern. Historical data indicates that cumulative spending across procurement, operations, and sustainment for the Reaper fleet runs into the billions of dollars. This sustained high level of spending underscores the platform's enduring operational value and the Department of Defense's commitment to maintaining and enhancing its capabilities.

What are the implications of the Fixed Price Incentive (FPI) contract type for this award?

The Fixed Price Incentive (FPI) contract type for the MQ-9 Reaper production order introduces a shared-risk and reward mechanism between the government and the contractor, General Atomics Aeronautical Systems, Inc. In an FPI contract, there is a target cost, a target profit, and a price ceiling. If the final cost is below the target cost, both the government and the contractor share in the savings according to a predetermined formula. Conversely, if the final cost exceeds the target cost but remains below the ceiling, both parties share in the overrun. If the cost exceeds the ceiling, the contractor absorbs the additional cost. This structure aims to incentivize the contractor to control costs while ensuring the government is protected by the price ceiling. The effectiveness of an FPI contract hinges on realistic target costs and well-defined incentive formulas.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingAircraft 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: $77,400,000

Exercised Options: $77,400,000

Current Obligation: $77,400,000

Subaward Activity

Number of Subawards: 22

Total Subaward Amount: $6,624,409

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: 2022-05-23

Current End Date: 2025-07-31

Potential End Date: 2025-07-31 00:00:00

Last Modified: 2025-09-30

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