DoD's $41.9M MQ-9 Reaper Logistics Support Contract Awarded to General Atomics Aeronautical Systems

Contract Overview

Contract Amount: $41,910,098 ($41.9M)

Contractor: General Atomics Aeronautical Systems, Inc.

Awarding Agency: Department of Defense

Start Date: 2023-02-01

End Date: 2026-01-31

Contract Duration: 1,095 days

Daily Burn Rate: $38.3K/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 ITALY CONTRACTOR LOGISTICS SUPPORT PHASE VII

Place of Performance

Location: POWAY, SAN DIEGO County, CALIFORNIA, 92064

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $41.9 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC. for work described as: MQ-9 REAPER ITALY CONTRACTOR LOGISTICS SUPPORT PHASE VII Key points: 1. Contract awarded for essential logistics support for MQ-9 Reaper aircraft in Italy. 2. General Atomics Aeronautical Systems, Inc. is the sole contractor, raising questions about competition. 3. The contract duration is 3 years, with a total value of $41.9 million. 4. This contract falls under logistics consulting services, a critical support function for advanced military assets. 5. The award type is a definitive contract, indicating a clear agreement for services. 6. The contract's cost structure is Cost Plus Fixed Fee, which can present cost control challenges.

Value Assessment

Rating: fair

Benchmarking the value of this specific contract is challenging without comparable sole-source logistics support agreements for MQ-9 Reaper operations in Italy. The Cost Plus Fixed Fee (CPFF) pricing structure means the government pays the contractor's actual costs plus a fixed fee. While this can be appropriate for complex or uncertain work, it carries a higher risk of cost overruns compared to fixed-price contracts. The total value of $41.9 million over three years suggests a significant but not exceptionally large annual spend for specialized military logistics.

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 and likely the only entity with the necessary technical expertise, proprietary data, and established infrastructure to provide logistics support for the MQ-9 Reaper. The lack of competition limits the government's ability to explore alternative pricing or service models.

Taxpayer Impact: Sole-source awards mean taxpayers do not benefit from competitive pricing, potentially leading to higher costs than if multiple vendors had bid.

Public Impact

The primary beneficiaries are the U.S. Air Force units operating MQ-9 Reaper aircraft in Italy, ensuring mission readiness. Services include contractor logistics support, crucial for maintaining the operational status of advanced unmanned aerial vehicles. The geographic impact is focused on U.S. military installations in Italy. This contract supports specialized technical roles within the defense logistics sector.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pricing and potential cost savings for taxpayers.
  • Cost Plus Fixed Fee structure may incentivize higher costs if not closely managed.
  • Dependence on a single contractor for critical logistics support creates potential supply chain risks.

Positive Signals

  • Ensures continued operational readiness of vital MQ-9 Reaper assets in a key strategic location.
  • Leverages the original equipment manufacturer's specialized knowledge for efficient and effective support.
  • Provides a stable and predictable support framework for a complex weapon system.

Sector Analysis

The defense logistics and support sector is a critical component of the aerospace and defense industry. This contract for MQ-9 Reaper support fits within the broader market for unmanned aerial system (UAS) sustainment. The global market for UAS is growing rapidly, with significant government spending allocated to acquisition and lifecycle support. Comparable spending benchmarks are difficult to ascertain due to the specialized nature of UAS logistics and the sole-source award.

Small Business Impact

This contract does not appear to include specific small business set-asides. As a sole-source award to a large prime contractor, the opportunities for small businesses would likely be limited to subcontracting roles, if any. The prime contractor's subcontracting plan, if applicable, would dictate the extent of small business involvement.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of the Air Force's contracting and program management offices. Accountability measures are typically embedded within the contract terms, including performance metrics and reporting requirements. Transparency may be limited due to the sole-source nature of the award, but contract modifications and performance data are generally accessible through federal procurement databases. The Inspector General of the Department of Defense would have jurisdiction over any investigations into fraud, waste, or abuse.

Related Government Programs

  • MQ-9 Reaper Acquisition Programs
  • Unmanned Aerial Systems Support Contracts
  • Foreign Military Sales Logistics Support
  • DoD Contractor Logistics Support Services

Risk Flags

  • Sole-source award
  • Cost-plus contract type
  • Critical system support

Tags

defense, department-of-defense, air-force, mq-9-reaper, contractor-logistics-support, sole-source, cost-plus-fixed-fee, italy, unmanned-aerial-vehicle, logistics-consulting-services, definitive-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $41.9 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC.. MQ-9 REAPER ITALY CONTRACTOR LOGISTICS SUPPORT PHASE VII

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 $41.9 million.

What is the period of performance?

Start: 2023-02-01. End: 2026-01-31.

What is the track record of General Atomics Aeronautical Systems, Inc. in providing logistics support for the MQ-9 Reaper program?

General Atomics Aeronautical Systems, Inc. (GA-ASI) is the original designer and manufacturer of the MQ-9 Reaper. Consequently, they possess extensive experience and a well-established track record in providing sustainment, maintenance, and logistics support for this platform. Their involvement spans the entire lifecycle of the MQ-9 program, from initial development through ongoing operational support for numerous domestic and international operators. This deep institutional knowledge and direct experience with the system's intricacies make them a logical, albeit sole-source, provider for critical logistics functions. Their performance history with the Air Force and other clients on similar complex systems is generally viewed as strong, though specific performance metrics for this particular contract phase would require detailed review of government performance evaluations.

How does the pricing structure (Cost Plus Fixed Fee) compare to other potential contract types for this type of service?

The Cost Plus Fixed Fee (CPFF) contract type used here is common for services where the scope of work is not precisely defined or involves significant uncertainty, such as complex logistics support for advanced systems. In a CPFF contract, the government reimburses the contractor for allowable costs incurred and pays a predetermined fixed fee representing profit. This contrasts with fixed-price contracts, where the price is set regardless of the actual costs incurred, offering greater cost certainty to the government but potentially higher initial prices to account for contractor risk. Incentive contracts aim to align contractor performance with government objectives by adjusting the fee based on performance metrics. For logistics support, if the scope were more defined, a fixed-price contract might be considered. However, the dynamic nature of maintaining sophisticated aircraft like the MQ-9 Reaper often leads to the selection of CPFF to accommodate unforeseen technical challenges and evolving support needs.

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

The primary risks associated with a sole-source award for critical military logistics support include a lack of competitive pressure, which can lead to inflated pricing and reduced incentives for efficiency and innovation. Taxpayers may end up paying more than necessary compared to a competed scenario. Furthermore, sole-source awards can create vendor lock-in, making it difficult and costly to switch providers in the future, even if performance issues arise. There's also a potential risk of complacency from the contractor, knowing they are the only option. For critical systems like the MQ-9 Reaper, dependence on a single entity for logistics also introduces supply chain vulnerabilities; any disruption to the sole provider's operations could directly impact mission readiness. Robust oversight and performance management become even more crucial in sole-source situations to mitigate these inherent risks.

What is the historical spending pattern for MQ-9 Reaper contractor logistics support, and how does this award compare?

Historical spending on MQ-9 Reaper contractor logistics support has been substantial, reflecting the growing reliance on and operational tempo of these unmanned aerial systems. While specific figures for 'Phase VII' logistics support in Italy are not publicly detailed in isolation, previous contract actions for similar support services globally have often been in the tens to hundreds of millions of dollars over multi-year periods. The current $41.9 million award over three years ($13.97 million annually) appears consistent with the scale of support required for a deployed UAS fleet of this nature. It is important to note that total program costs encompass not only logistics but also acquisition, training, and upgrades. This specific award represents a segment of the overall lifecycle cost, and its value should be assessed in the context of the operational requirements and the duration of support provided.

Are there any performance metrics or key performance indicators (KPIs) associated with this contract that are publicly available?

Publicly available information regarding specific performance metrics or Key Performance Indicators (KPIs) for this particular MQ-9 Reaper logistics support contract (Phase VII) is generally limited. Contract details often specify performance standards, but these are typically considered sensitive or proprietary information and are not released in public solicitations or award notices. However, standard KPIs for such contracts often include metrics related to aircraft availability rates, response times for maintenance and repair, parts fulfillment rates, turnaround times for repairs, and adherence to safety and quality standards. The government's contracting officer and program managers are responsible for monitoring contractor performance against these defined metrics throughout the contract's duration. Any significant deviations would typically trigger contractual remedies or discussions.

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: $56,224,852

Exercised Options: $56,224,852

Current Obligation: $41,910,098

Subaward Activity

Number of Subawards: 12

Total Subaward Amount: $2,735,980

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Timeline

Start Date: 2023-02-01

Current End Date: 2026-01-31

Potential End Date: 2028-01-31 00:00:00

Last Modified: 2026-01-15

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