DoD's $78M MQ-9 Reaper support contract awarded to General Atomics raises value and competition concerns
Contract Overview
Contract Amount: $78,277,029 ($78.3M)
Contractor: General Atomics Aeronautical Systems, Inc.
Awarding Agency: Department of Defense
Start Date: 2021-07-29
End Date: 2024-01-30
Contract Duration: 915 days
Daily Burn Rate: $85.5K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: Defense
Official Description: CLS SERVICES FOR GO/GO MQ-9 REAPER AIR VEHICLES AND A DCMGCS DURING FY21-FY23.
Place of Performance
Location: POWAY, SAN DIEGO County, CALIFORNIA, 92064
Plain-Language Summary
Department of Defense obligated $78.3 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC. for work described as: CLS SERVICES FOR GO/GO MQ-9 REAPER AIR VEHICLES AND A DCMGCS DURING FY21-FY23. Key points: 1. Contract awarded on a sole-source basis, limiting price discovery and potentially increasing costs. 2. High contract value suggests significant reliance on a single vendor for critical aviation support. 3. Lack of competition may indicate limited market availability or strategic vendor relationships. 4. Performance period spans multiple fiscal years, indicating long-term program needs. 5. Contract type (Cost Plus Fixed Fee) can incentivize cost overruns if not closely managed. 6. Geographic concentration in California for support services.
Value Assessment
Rating: questionable
The contract's value of approximately $78 million over three years for support services to MQ-9 Reaper aircraft warrants scrutiny. Without competitive bidding, it is difficult to benchmark the pricing against market rates or similar contracts. The Cost Plus Fixed Fee (CPFF) structure, while common for complex services, carries inherent risks of cost escalation if the fixed fee is not adequately tied to performance and cost control measures. The absence of comparative data makes a definitive value-for-money assessment challenging, but the sole-source nature raises a red flag.
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. This approach is typically used when only one responsible source can provide the required services. However, it bypasses the competitive process, which is designed to drive down prices and encourage innovation. The lack of bidders means there is no direct comparison to assess if the awarded price is the most advantageous for the government. This raises questions about whether alternative solutions or providers were thoroughly explored.
Taxpayer Impact: Sole-source awards mean taxpayers do not benefit from the cost savings typically achieved through competitive bidding. This can lead to higher overall program expenditures.
Public Impact
The primary beneficiaries are the Department of Defense, specifically the Department of the Navy, ensuring the operational readiness of MQ-9 Reaper aircraft. Services provided include crucial support for air vehicles and a ground control system, vital for intelligence, surveillance, and reconnaissance (ISR) missions. The contract's geographic impact is concentrated in California, where the support activities are likely performed. Workforce implications include the potential for specialized technical jobs related to aviation maintenance and logistics within the contractor's organization.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pressure on pricing.
- Cost Plus Fixed Fee contract type can lead to cost overruns if not managed stringently.
- Lack of transparency in pricing due to non-competitive nature.
- Potential for vendor lock-in given the specialized nature of the support.
Positive Signals
- Ensures continued operational readiness of critical MQ-9 Reaper assets.
- Contract awarded to a known entity with experience in the platform.
- Long-term contract provides stability for program support.
Sector Analysis
The MQ-9 Reaper is a key platform in the Unmanned Aerial Vehicle (UAV) market, a rapidly growing sector within aerospace and defense. This contract falls under support activities for air transportation, specifically focusing on specialized maintenance and logistics for a high-demand ISR asset. The market for UAV support services is competitive, but often dominated by original equipment manufacturers (OEMs) for highly specialized platforms like the Reaper, which can lead to sole-source situations. Comparable spending benchmarks are difficult to establish without competitive data, but overall defense spending on UAVs and their sustainment is substantial and increasing.
Small Business Impact
This contract does not appear to have a small business set-aside component, as indicated by 'sb': false. The prime contractor, General Atomics Aeronautical Systems, Inc., is a large business. While there might be subcontracting opportunities for small businesses within the scope of this contract, the primary award mechanism does not prioritize small business participation. This means the direct economic benefit to the small business ecosystem from this specific award is likely limited, though the prime contractor may engage small businesses for specific components or services.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of the Navy's contracting and program management offices. As a Cost Plus Fixed Fee contract, rigorous financial oversight and performance monitoring are crucial to ensure costs remain within acceptable bounds and that the contractor meets all performance requirements. Transparency may be limited due to the sole-source nature. Inspector General jurisdiction would apply to any allegations of fraud, waste, or abuse related to the contract.
Related Government Programs
- MQ-9 Reaper Program
- Unmanned Aerial Vehicle (UAV) Sustainment
- Air Vehicle Maintenance Contracts
- ISR Platform Support
- Defense Aviation Logistics
Risk Flags
- Sole-source award
- Cost Plus Fixed Fee contract type
- Lack of competitive benchmarking
- Potential for cost escalation
Tags
defense, department-of-defense, department-of-the-navy, unmanned-aerial-vehicle, mq-9-reaper, aviation-support, sole-source, cost-plus-fixed-fee, california, definitive-contract, general-atomics-aeronautical-systems
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $78.3 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC.. CLS SERVICES FOR GO/GO MQ-9 REAPER AIR VEHICLES AND A DCMGCS DURING FY21-FY23.
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 Navy).
What is the total obligated amount?
The obligated amount is $78.3 million.
What is the period of performance?
Start: 2021-07-29. End: 2024-01-30.
What is General Atomics Aeronautical Systems, Inc.'s track record with DoD contracts, particularly for the MQ-9 Reaper program?
General Atomics Aeronautical Systems, Inc. (GA-ASI) is the original manufacturer of the MQ-9 Reaper and has a long-standing relationship with the Department of Defense for its development, production, and sustainment. GA-ASI has received numerous contracts for MQ-9 aircraft, components, training, and support services over many years. Their track record includes delivering these complex systems and providing ongoing sustainment, which is critical for maintaining the operational readiness of a key ISR asset. While their expertise is well-established, the sole-source nature of this specific contract means that the government is relying heavily on their established capabilities without the benefit of competitive validation for this particular support package.
How does the pricing of this contract compare to similar support contracts for other UAV platforms or even manned aircraft?
Direct comparison of pricing for this $78 million MQ-9 Reaper support contract is challenging due to its sole-source award and Cost Plus Fixed Fee (CPFF) structure. CPFF contracts inherently have less transparent pricing than fixed-price contracts, and the 'cost' component can vary significantly based on actual expenses incurred by the contractor. Benchmarking against similar contracts for other UAV platforms or manned aircraft is difficult without access to detailed cost breakdowns and performance metrics for those comparable contracts. Generally, specialized support for advanced platforms like the MQ-9, especially when provided by the OEM, tends to be at a premium. The lack of competition here prevents a definitive assessment of whether this pricing is optimal.
What are the primary risks associated with a sole-source, CPFF contract for critical aviation support?
The primary risks associated with a sole-source, Cost Plus Fixed Fee (CPFF) contract for critical aviation support are twofold. Firstly, the sole-source nature eliminates competitive pressure, potentially leading to higher prices than might be achieved in a competitive bidding environment. The government lacks the leverage that competition provides to negotiate the best possible terms. Secondly, the CPFF structure, while allowing for flexibility in complex projects, carries the risk of cost overruns. The contractor is reimbursed for allowable costs plus a fixed fee. If cost controls are weak or if the scope of work expands unexpectedly, the total cost to the government can escalate significantly beyond initial estimates. Effective oversight and robust cost-reimbursement controls are essential to mitigate these risks.
What is the historical spending pattern for MQ-9 Reaper support services by the Department of Defense?
Historical spending on MQ-9 Reaper support services by the Department of Defense has been substantial and generally increasing, reflecting the platform's growing importance in ISR missions. The DoD has consistently awarded contracts to General Atomics Aeronautical Systems, Inc. (GA-ASI) for various aspects of the MQ-9 program, including procurement, upgrades, training, and sustainment. Annual spending can fluctuate based on specific program needs, modernization efforts, and operational tempo. While this specific $78 million contract covers a defined period (FY21-FY23), it represents a portion of the overall lifecycle costs associated with operating and maintaining a large fleet of sophisticated UAVs. Tracking historical spending reveals a trend of significant, long-term investment in the MQ-9 ecosystem.
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 contract is limited. While the contract specifies services for MQ-9 Reaper air vehicles and a ground control system, detailed performance standards, such as aircraft availability rates, response times for maintenance, or mission-capable percentages, are typically found in the contract's statement of work (SOW) or performance work statement (PWS). These documents are often considered sensitive or proprietary and are not always released publicly, especially for sole-source awards. The effectiveness of the contract is ultimately judged by the operational readiness and mission success of the MQ-9 fleet, which relies on the contractor meeting its obligations.
Industry Classification
NAICS: Transportation and Warehousing › Support Activities for Air Transportation › Other Support Activities for Air Transportation
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: N0001920R0014
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: $101,392,960
Exercised Options: $100,791,916
Current Obligation: $78,277,029
Subaward Activity
Number of Subawards: 6
Total Subaward Amount: $996,786
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Timeline
Start Date: 2021-07-29
Current End Date: 2024-01-30
Potential End Date: 2024-01-30 00:00:00
Last Modified: 2025-06-05
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)