DoD Awards $148.5M Contract for UAS ISR Services to General Atomics, Lacking Competition
Contract Overview
Contract Amount: $148,491,919 ($148.5M)
Contractor: General Atomics Aeronautical Systems, Inc.
Awarding Agency: Department of Defense
Start Date: 2018-06-15
End Date: 2023-11-15
Contract Duration: 1,979 days
Daily Burn Rate: $75.0K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: IGF::OT::IGF CO/CO GROUP 5 UAS ISR SERVICES
Place of Performance
Location: POWAY, SAN DIEGO County, CALIFORNIA, 92064
Plain-Language Summary
Department of Defense obligated $148.5 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC. for work described as: IGF::OT::IGF CO/CO GROUP 5 UAS ISR SERVICES Key points: 1. Significant contract value of $148.5 million for Unmanned Aircraft Systems (UAS) Intelligence, Surveillance, and Reconnaissance (ISR) services. 2. Sole-source award to General Atomics Aeronautical Systems, Inc. raises concerns about competitive pricing and market fairness. 3. The contract spans nearly 5 years, indicating a long-term reliance on this specific provider. 4. The primary sector is Defense, with a specific focus on ISR capabilities.
Value Assessment
Rating: questionable
The contract value is substantial at $148.5 million. Without competitive bidding, it's difficult to assess if this price represents fair market value compared to similar UAS ISR services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one vendor was solicited. This significantly limits price discovery and potentially leads to higher costs for taxpayers.
Taxpayer Impact: The lack of competition may result in inflated prices, directly impacting taxpayer funds allocated to defense.
Public Impact
Taxpayers may be overpaying for critical ISR services due to the absence of competitive bidding. The reliance on a single provider could create vulnerabilities in the supply chain or service delivery. The long duration of the contract limits opportunities for other companies to offer potentially more innovative or cost-effective solutions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award
- Lack of competition
- Long contract duration
- Potential for overpayment
Positive Signals
- Essential defense capability
- Experienced contractor
Sector Analysis
This contract falls within the Defense sector, specifically for UAS ISR services. Benchmarks for similar services are hard to establish due to the sole-source nature, but ISR is a critical and growing area of defense spending.
Small Business Impact
The contract was awarded to General Atomics Aeronautical Systems, Inc., a large business. There is no indication of subcontracting opportunities for small businesses within the provided data.
Oversight & Accountability
The sole-source nature of this award warrants scrutiny from oversight bodies to ensure the government received the best possible value and that the justification for sole-sourcing was robust.
Related Government Programs
- Surveying and Mapping (except Geophysical) Services
- Department of Defense Contracting
- Defense Contract Management Agency Programs
Risk Flags
- Sole-source award lacks competition
- Potential for inflated pricing
- Limited market research transparency
- Long-term reliance on a single vendor
- No clear small business participation
Tags
surveying-and-mapping-except-geophysical, department-of-defense, ca, definitive-contract, 100m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $148.5 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC.. IGF::OT::IGF CO/CO GROUP 5 UAS ISR SERVICES
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 (Defense Contract Management Agency).
What is the total obligated amount?
The obligated amount is $148.5 million.
What is the period of performance?
Start: 2018-06-15. End: 2023-11-15.
What was the specific justification for awarding this contract on a sole-source basis, and was a thorough market research conducted to confirm no other capable vendors existed?
The justification for a sole-source award is critical for ensuring fair competition and taxpayer value. Agencies must demonstrate that only one responsible source can satisfy the agency's needs. This typically involves extensive market research, including identifying potential competitors and assessing their capabilities. Without this justification, the award raises significant concerns about whether the government explored all avenues for competitive pricing and innovation.
How does the per-unit cost or overall pricing of these UAS ISR services compare to publicly available benchmarks or similar contracts awarded competitively?
Without competitive bidding, establishing a precise benchmark is challenging. However, a comparison to industry standards for UAS ISR services, considering factors like platform type, sensor capabilities, and operational tempo, is essential. If pricing appears significantly higher than comparable competitive contracts or industry averages, it suggests potential overpayment and warrants further investigation into the contractor's pricing structure and the agency's negotiation process.
What are the long-term implications of relying on a single provider for such a critical defense capability, particularly regarding technological advancements and potential supply chain disruptions?
Sole-source contracts, especially for extended periods, can stifle innovation by discouraging competitors from investing in developing alternative solutions. It also creates a dependency on one supplier, increasing vulnerability to supply chain disruptions, price hikes, or the contractor's potential exit from the market. Agencies should actively seek opportunities to introduce competition or ensure robust contingency plans are in place.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Surveying and Mapping (except Geophysical) Services
Product/Service Code: TECHNICAL REPRESENTATIVE SVCS. › TECHNICAL REPRESENTATIVE SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: N0001918R0048
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: General Atomics
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: $153,382,582
Exercised Options: $148,491,919
Current Obligation: $148,491,919
Actual Outlays: $11,148,075
Subaward Activity
Number of Subawards: 6
Total Subaward Amount: $3,216,313
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2018-06-15
Current End Date: 2023-11-15
Potential End Date: 2023-11-15 00:00:00
Last Modified: 2023-11-13
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)