Air Force awards $20.4M for MQ-9 Reaper enhancements, a sole-source contract with potential for extended sustainment

Contract Overview

Contract Amount: $20,143,279 ($20.1M)

Contractor: General Atomics Aeronautical Systems, Inc.

Awarding Agency: Department of Defense

Start Date: 2022-03-15

End Date: 2025-04-25

Contract Duration: 1,137 days

Daily Burn Rate: $17.7K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: MQ-9 BLK 5 FOLLOW-ON REAPER CAPABILITY ENHANCEMENT (FORCE) FINAL ORDER

Place of Performance

Location: POWAY, SAN DIEGO County, CALIFORNIA, 92064

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $20.1 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC. for work described as: MQ-9 BLK 5 FOLLOW-ON REAPER CAPABILITY ENHANCEMENT (FORCE) FINAL ORDER Key points: 1. The contract focuses on capability enhancements for the MQ-9 Reaper, a critical platform for intelligence, surveillance, and reconnaissance. 2. Sole-source award suggests limited market alternatives or a strategic decision to leverage existing contractor expertise. 3. The contract duration extends over three years, indicating a significant commitment to ongoing platform development. 4. Fixed-price contract type shifts performance risk to the contractor, potentially stabilizing costs. 5. The award is a delivery order under a larger indefinite-delivery/indefinite-quantity (IDIQ) contract, allowing for flexibility in future taskings. 6. The specific enhancements are not detailed, making a precise value-for-money assessment challenging without further context.

Value Assessment

Rating: fair

Benchmarking the value of this specific delivery order is difficult without knowing the scope of the 'capability enhancements'. However, the total value of $20.4 million over approximately three years for a complex defense platform like the MQ-9 Reaper appears reasonable, especially considering it's a follow-on effort. The firm-fixed-price structure provides cost certainty. Comparisons to similar enhancement contracts for unmanned aerial systems would be necessary for a more definitive assessment of pricing.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, indicating that the Department of the Air Force determined that only General Atomics Aeronautical Systems, Inc. could provide the required capability enhancements. This could be due to proprietary technology, unique expertise, or the nature of the follow-on work. The lack of competition means that price discovery through market forces was not utilized, potentially leading to higher costs than if multiple bidders had competed.

Taxpayer Impact: Sole-source awards limit opportunities for competitive pricing, which could result in taxpayers paying a premium for these enhancements compared to a competed contract.

Public Impact

The primary beneficiaries are the U.S. Air Force and potentially other Department of Defense entities utilizing the MQ-9 Reaper for intelligence, surveillance, and reconnaissance missions. The services delivered involve enhancing the capabilities of the MQ-9 Reaper platform, likely improving its operational effectiveness. The geographic impact is national, supporting defense operations worldwide, with potential implications for personnel stationed at various Air Force bases. Workforce implications may include continued employment for engineers, technicians, and support staff at General Atomics Aeronautical Systems, Inc. and its subcontractors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pressure, potentially impacting cost efficiency for taxpayers.
  • Lack of detailed scope for 'capability enhancements' hinders a thorough value-for-money assessment.
  • Reliance on a single contractor for critical platform upgrades could create vendor lock-in.

Positive Signals

  • Firm-fixed-price contract type provides cost certainty and shifts risk to the contractor.
  • Follow-on nature of the order suggests leveraging existing expertise and infrastructure for efficiency.
  • MQ-9 Reaper is a proven and critical platform, ensuring investment in its continued development is strategically important.

Sector Analysis

The MQ-9 Reaper falls within the Aircraft Manufacturing sector, specifically focusing on unmanned aerial systems (UAS) for intelligence, surveillance, and reconnaissance (ISR). This market is characterized by high technological barriers to entry and significant government investment. Major players like General Atomics dominate the landscape for advanced UAS platforms. Spending in this sector is driven by evolving military requirements for persistent surveillance and strike capabilities. Comparable spending benchmarks would involve other UAS development and sustainment contracts, as well as upgrades to manned aircraft systems.

Small Business Impact

This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses explicitly stated in the provided data. As a sole-source award to a large prime contractor, the direct impact on small businesses is likely minimal unless General Atomics Aeronautical Systems, Inc. voluntarily includes them in its supply chain for these specific enhancements. Further analysis of the prime contractor's subcontracting plan would be needed to assess broader small business ecosystem implications.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of the Air Force's contracting and program management offices. The Defense Contract Management Agency (DCMA) likely provides contract administration. Transparency is moderate, as contract awards are publicly reported, but the specific details of the 'capability enhancements' and the justification for the sole-source award may not be fully public. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

  • MQ-9 Reaper Program
  • Unmanned Aircraft Systems (UAS) Procurement
  • ISR Platforms
  • Defense Aviation Manufacturing
  • Aerospace Technology Development

Risk Flags

  • Sole-source award
  • Lack of detailed scope
  • Potential for cost overruns due to lack of competition

Tags

defense, air-force, unmanned-aerial-vehicle, intelligence-surveillance-reconnaissance, aircraft-manufacturing, sole-source, firm-fixed-price, delivery-order, capability-enhancement, california, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $20.1 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC.. MQ-9 BLK 5 FOLLOW-ON REAPER CAPABILITY ENHANCEMENT (FORCE) FINAL 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 $20.1 million.

What is the period of performance?

Start: 2022-03-15. End: 2025-04-25.

What specific 'capability enhancements' are being made to the MQ-9 Reaper under this contract, and how do they align with current Air Force operational needs?

The provided data does not specify the exact nature of the 'capability enhancements' for the MQ-9 Reaper. These could range from software upgrades for improved sensor integration and data processing to hardware modifications for enhanced payload capacity, extended endurance, or improved survivability. Typically, such enhancements are driven by evolving threats, new mission requirements identified through operational feedback, or advancements in technology. Without detailed documentation, it's difficult to definitively link these enhancements to specific Air Force needs, but they are generally aimed at maintaining the MQ-9's effectiveness in ISR and potential strike roles against sophisticated adversaries.

How does the $20.4 million award compare to historical spending on MQ-9 Reaper capability enhancements or similar unmanned aerial system upgrades?

Comparing this $20.4 million delivery order requires context regarding the scope of 'capability enhancements.' The MQ-9 Reaper program has seen significant investment over its lifecycle, with numerous contracts for procurement, sustainment, and upgrades. For instance, previous contracts for Reaper Block upgrades or new sensor integration have varied widely in cost. A single delivery order of this magnitude for enhancements suggests a focused set of improvements rather than a complete platform overhaul. To provide a precise comparison, one would need to analyze the total spending on MQ-9 enhancements over specific periods (e.g., annually or over the platform's life) and benchmark against similar upgrade contracts for other advanced UAS like the RQ-4 Global Hawk or emerging platforms, considering inflation and technological complexity.

What is the track record of General Atomics Aeronautical Systems, Inc. in delivering complex capability enhancements for the MQ-9 Reaper program?

General Atomics Aeronautical Systems, Inc. (GA-ASI) has a long and established track record as the prime contractor and developer of the MQ-9 Reaper program. They have been responsible for the initial design, production, and numerous upgrades and modifications throughout the platform's operational history. GA-ASI has consistently delivered new variants (e.g., Block 1, Block 5) and integrated various sensor packages and weapon systems. Their deep familiarity with the MQ-9's architecture and systems suggests a strong capability to implement further enhancements. Performance metrics on past enhancement contracts, such as on-time delivery, adherence to specifications, and cost control, would provide a more granular assessment of their specific track record for this type of work.

What are the potential risks associated with a sole-source award for critical MQ-9 Reaper capability enhancements?

The primary risk of a sole-source award for critical MQ-9 Reaper capability enhancements is the potential for reduced cost efficiency. Without competitive bidding, the government may not achieve the lowest possible price for the required upgrades. This can lead to higher overall program costs for taxpayers. Another risk is potential vendor lock-in, where the reliance on a single supplier for critical technology and expertise makes it difficult and costly to switch providers or introduce alternative solutions in the future. Furthermore, a sole-source approach might reduce the incentive for the contractor to innovate aggressively or maintain the highest levels of performance if they perceive less market pressure. Ensuring robust oversight and negotiation is crucial to mitigate these risks.

How does the duration of this contract (1137 days) impact the overall sustainment strategy and future modernization plans for the MQ-9 Reaper fleet?

The contract duration of approximately 1137 days (over three years) for capability enhancements suggests a planned, phased approach to upgrading the MQ-9 Reaper fleet. This extended period allows for the development, testing, integration, and fielding of the enhancements without disrupting ongoing operations excessively. It implies a commitment to improving the platform's capabilities over a significant timeframe, aligning with the Air Force's long-term ISR strategy. This duration also provides a degree of stability for both the contractor and the government, facilitating resource planning. For sustainment, it ensures that the fleet remains operationally relevant during this period. Future modernization plans will likely build upon the capabilities introduced by this contract, potentially leading to further follow-on orders or entirely new development efforts as technology and threats evolve.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingAircraft Manufacturing

Product/Service Code: AEROSPACE CRAFT COMPONENTS AND ACCESSORIES

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

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: $21,603,613

Exercised Options: $20,143,279

Current Obligation: $20,143,279

Subaward Activity

Number of Subawards: 6

Total Subaward Amount: $1,615,518

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: 2022-03-15

Current End Date: 2025-04-25

Potential End Date: 2025-04-25 00:00:00

Last Modified: 2026-01-12

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