DoD awards $86.9M for MQ-9 Reaper drone sustainment, a sole-source contract to General Atomics

Contract Overview

Contract Amount: $86,934,645 ($86.9M)

Contractor: General Atomics Aeronautical Systems, Inc.

Awarding Agency: Department of Defense

Start Date: 2022-09-01

End Date: 2025-12-18

Contract Duration: 1,204 days

Daily Burn Rate: $72.2K/day

Competition Type: NOT COMPETED

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: MQ-9 REAPER LEAD OFF HITTER (LOH) 5

Place of Performance

Location: POWAY, SAN DIEGO County, CALIFORNIA, 92064

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $86.9 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC. for work described as: MQ-9 REAPER LEAD OFF HITTER (LOH) 5 Key points: 1. Contract awarded on a sole-source basis, raising questions about price competition. 2. Significant duration of over 1000 days suggests a long-term sustainment need. 3. Cost-plus-fixed-fee structure may incentivize cost increases. 4. MQ-9 Reaper is a critical asset for intelligence, surveillance, and reconnaissance (ISR) missions. 5. Contractor is the original equipment manufacturer, potentially limiting competitive alternatives. 6. Focus on sustainment indicates ongoing operational reliance on the platform.

Value Assessment

Rating: fair

The contract value of $86.9 million for sustainment services over approximately three years appears substantial. Benchmarking this against similar sole-source sustainment contracts for complex defense platforms is challenging due to limited public data. The cost-plus-fixed-fee (CPFF) pricing structure, while common for complex systems where costs are uncertain, carries a risk of cost overruns if not closely managed. Without competitive bids, it's difficult to definitively assess if the pricing represents optimal value for money.

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. General Atomics Aeronautical Systems, Inc. is the original manufacturer of the MQ-9 Reaper, and it is common for sustainment of such specialized platforms to be awarded to the OEM. However, the lack of competition limits the opportunity for price discovery and potentially higher prices compared to a competed contract.

Taxpayer Impact: Taxpayers may be paying a premium due to the absence of competitive bidding, as the government did not explore alternative pricing or service providers.

Public Impact

The primary beneficiaries are the U.S. Air Force and other Department of Defense entities relying on the MQ-9 Reaper for ISR capabilities. Services delivered include sustainment, maintenance, and support for the MQ-9 Reaper drone system. Geographic impact is global, as the MQ-9 Reaper is deployed in various operational theaters. Workforce implications include support for specialized technical roles within General Atomics and potentially the Air Force for system operation and maintenance.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits price competition.
  • Cost-plus-fixed-fee structure can lead to cost overruns.
  • High reliance on a single contractor for critical sustainment.

Positive Signals

  • Contractor is the OEM, ensuring specialized knowledge for sustainment.
  • Long-term award indicates a stable operational requirement.
  • MQ-9 Reaper is a proven and vital ISR platform.

Sector Analysis

The MQ-9 Reaper operates within the Unmanned Aerial Vehicle (UAV) and defense electronics manufacturing sector. This sector is characterized by high R&D investment, long product lifecycles, and significant government procurement. The market for advanced UAVs and their sustainment is dominated by a few large defense contractors. Comparable spending benchmarks for sustainment of similar high-value, complex defense systems are often in the tens to hundreds of millions of dollars annually, depending on the platform's size and operational tempo.

Small Business Impact

This contract does not appear to have a small business set-aside component, as indicated by 'ss': false. While the prime contractor is a large business, there may be opportunities for small businesses to participate as subcontractors. However, the specific subcontracting plan details are not provided in the data. The impact on the small business ecosystem is likely minimal unless significant subcontracting opportunities are directed towards them.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of the Air Force's contracting and program management offices. Accountability measures would be tied to the performance requirements outlined in the contract and the fixed fee component. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

  • MQ-1 Predator
  • RQ-11 Raven
  • RQ-4 Global Hawk
  • Unmanned Aerial Vehicle (UAV) Sustainment Programs
  • Intelligence, Surveillance, and Reconnaissance (ISR) Platforms

Risk Flags

  • Sole-source award
  • Cost-plus-fixed-fee contract type
  • Lack of competitive bidding

Tags

defense, department-of-defense, department-of-the-air-force, unmanned-aerial-vehicle, aircraft-manufacturing, sustainment, intelligence-surveillance-reconnaissance, sole-source, cost-plus-fixed-fee, general-atomics-aeronautical-systems-inc, california, mq-9-reaper

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $86.9 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC.. MQ-9 REAPER LEAD OFF HITTER (LOH) 5

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 $86.9 million.

What is the period of performance?

Start: 2022-09-01. End: 2025-12-18.

What is the track record of General Atomics Aeronautical Systems, Inc. in delivering sustainment services for the MQ-9 Reaper?

General Atomics Aeronautical Systems, Inc. (GA-ASI) is the original manufacturer of the MQ-9 Reaper and has been integral to its development and fielding. Their track record in delivering sustainment services is extensive, as they possess the proprietary knowledge and technical expertise required for maintaining this complex platform. Historically, GA-ASI has been responsible for providing logistics, maintenance, training, and upgrades for the MQ-9 fleet. While specific performance metrics for this particular sustainment contract are not detailed in the provided data, GA-ASI's long-standing relationship with the Air Force and its role as the OEM suggest a deep understanding of the system's sustainment needs. However, the sole-source nature of awards can sometimes mask performance issues or inefficiencies that might be exposed in a competitive environment.

How does the pricing of this contract compare to similar sole-source sustainment contracts for advanced unmanned aerial vehicles?

Directly comparing the pricing of this $86.9 million MQ-9 Reaper sustainment contract to similar sole-source contracts is challenging due to the proprietary nature of defense contracting data and the unique configurations of different UAV platforms. However, sustainment costs for advanced, high-endurance UAVs like the MQ-9 are inherently high, reflecting the complexity of the systems, the need for specialized technical support, and the global operational tempo. Contracts for similar platforms, such as the RQ-4 Global Hawk or advanced rotorcraft, often run into tens or hundreds of millions of dollars over multi-year periods. The cost-plus-fixed-fee (CPFF) structure used here means that while the contractor's profit is fixed, the government bears the risk of cost overruns. Without competitive bids, it's difficult to ascertain if this specific pricing represents optimal value, but it falls within the expected range for supporting a critical, advanced military asset.

What are the primary risks associated with this sole-source, cost-plus-fixed-fee contract for MQ-9 Reaper sustainment?

The primary risks associated with this contract stem from its sole-source and cost-plus-fixed-fee (CPFF) nature. Sole-source awards inherently limit price competition, potentially leading to higher costs for the government as there is no market pressure to drive down prices. The absence of multiple bidders means the government may not be exploring the most cost-effective solutions or service providers. The CPFF structure, while providing flexibility for uncertain costs, shifts the financial risk to the government. If the contractor's costs exceed initial estimates, the government will pay more, up to the contract ceiling. This structure can also create less incentive for the contractor to control costs rigorously, as their profit margin is fixed regardless of the actual expenses incurred, provided they meet the contract's requirements.

How effective is the MQ-9 Reaper platform in fulfilling its intended intelligence, surveillance, and reconnaissance (ISR) missions, and how does this contract support that effectiveness?

The MQ-9 Reaper has proven to be a highly effective platform for Intelligence, Surveillance, and Reconnaissance (ISR) missions, as well as for providing close air support and precision strikes. Its long endurance, significant payload capacity, and advanced sensor suites allow it to loiter over areas of interest for extended periods, gathering critical intelligence. This contract, focused on sustainment, is crucial for maintaining the operational readiness and effectiveness of the MQ-9 fleet. By ensuring the drones are properly maintained, repaired, and supported, this contract directly enables the Air Force and other users to continue deploying the MQ-9 for its vital ISR and combat support roles. Without adequate sustainment, the platform's availability and reliability would degrade, diminishing its effectiveness in supporting military operations and national security objectives.

What are the historical spending patterns for MQ-9 Reaper sustainment, and how does this award fit into that trend?

Historical spending on MQ-9 Reaper sustainment has been substantial, reflecting the platform's widespread deployment and critical role in military operations over the past two decades. The U.S. Air Force, as the primary operator, has consistently allocated significant portions of its budget towards maintaining and supporting the MQ-9 fleet. Spending typically includes contractor logistics support, depot maintenance, spare parts, and technical services. This $86.9 million award for a period extending into late 2025 represents a continuation of this trend. While specific year-over-year figures fluctuate based on operational tempo, upgrade cycles, and contract structures, this award aligns with the ongoing need for robust sustainment of a key ISR asset. Previous contracts for sustainment have also often been sole-source or awarded to General Atomics due to their OEM status, indicating a consistent approach to managing the MQ-9's lifecycle.

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: 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, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $159,168,086

Exercised Options: $134,687,075

Current Obligation: $86,934,645

Actual Outlays: $18,410

Subaward Activity

Number of Subawards: 2

Total Subaward Amount: $102,060

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: FA862017D2000

IDV Type: IDC

Timeline

Start Date: 2022-09-01

Current End Date: 2025-12-18

Potential End Date: 2027-04-30 00:00:00

Last Modified: 2025-12-23

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