DoD's $7.88M Depot Setup Contract Awarded to Canadian Commercial Corporation Raises Questions on Competition and Value

Contract Overview

Contract Amount: $7,879,761 ($7.9M)

Contractor: Canadian Commercial Corporation

Awarding Agency: Department of Defense

Start Date: 2024-03-21

End Date: 2026-09-30

Contract Duration: 923 days

Daily Burn Rate: $8.5K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: TAPO DEPOT SETUP

Plain-Language Summary

Department of Defense obligated $7.9 million to CANADIAN COMMERCIAL CORPORATION for work described as: TAPO DEPOT SETUP Key points: 1. The contract's value, while significant, lacks clear justification for its specific amount. 2. Awarded on a non-competitive basis, the lack of bidding limits price discovery and potentially inflates costs. 3. The use of a foreign government entity as the prime contractor introduces unique oversight and risk considerations. 4. Performance period extends over two years, suggesting a need for ongoing monitoring of deliverables. 5. The contract falls within the 'Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing' sector. 6. No small business set-aside was applied, indicating limited direct benefit to U.S. small businesses in this award.

Value Assessment

Rating: questionable

The contract value of $7.88 million for depot setup is difficult to benchmark without specific details on the scope of work. Given the sole-source nature, there's no direct comparison to market rates derived from competitive bids. The absence of a competitive process means the pricing cannot be assessed against alternative offers, raising concerns about whether the government secured the best possible value. Further analysis would require understanding the specific assets and services included in the 'depot setup'.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning no other vendors were solicited or considered. The justification for this approach is not provided in the available data. A sole-source award bypasses the standard competitive bidding process, which typically involves multiple vendors submitting proposals. This lack of competition limits the government's ability to compare prices and technical solutions, potentially leading to higher costs and reduced innovation.

Taxpayer Impact: Sole-source awards mean taxpayers do not benefit from the cost savings and efficiencies that typically arise from a competitive bidding environment. This can result in the government paying more than necessary for goods and services.

Public Impact

The primary beneficiary appears to be the Department of the Navy, which will receive the services related to depot setup. The contract aims to establish or enhance a depot facility, likely supporting military operations and equipment maintenance. Geographic impact is not specified but is likely localized to a specific naval installation or region. Workforce implications are unclear but may involve personnel for operating and maintaining the depot, potentially including roles for the Canadian Commercial Corporation's personnel or subcontractors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition raises concerns about potential overpricing and suboptimal value for taxpayer funds.
  • Sole-source award to a foreign entity may present unique logistical, legal, and oversight challenges.
  • Absence of small business participation noted, missing opportunities to support U.S. small business growth.
  • Limited transparency regarding the specific deliverables and performance metrics for the depot setup.
  • The nature of 'depot setup' is broad and could encompass significant infrastructure or specialized equipment, requiring careful monitoring.

Positive Signals

  • Award to Canadian Commercial Corporation suggests a pre-existing relationship or specific expertise required for this task.
  • The contract is for a defined period, allowing for structured performance management.
  • The firm fixed-price contract type provides cost certainty for the government, assuming the scope is well-defined.

Sector Analysis

This contract falls under the North American Industry Classification System (NAICS) code 334511, which covers establishments primarily engaged in manufacturing search, detection, navigation, guidance, aeronautical, and nautical systems and instruments. This sector is critical for defense and aerospace industries, involving complex technological systems. Spending in this sector often involves high-value, specialized equipment and services. Comparable spending benchmarks are difficult to establish without knowing the precise nature of the 'depot setup,' but contracts in this industry can range from millions to billions of dollars depending on the scale and technological sophistication.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). This means that opportunities for small business participation, either as prime contractors or subcontractors, were not explicitly prioritized in this award. Consequently, the direct economic impact on the U.S. small business ecosystem from this specific contract is likely minimal. There is no information provided regarding subcontracting plans, which could potentially involve small businesses, but the primary award mechanism did not favor them.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of the Navy, given it is the awarding agency. The specific mechanisms for oversight are not detailed, but would typically involve contract officers, program managers, and potentially inspectors general to ensure compliance with terms and conditions. Transparency is limited due to the sole-source nature and lack of publicly available performance details. Accountability would be enforced through contractual clauses and performance reviews, with potential for penalties if deliverables are not met.

Related Government Programs

  • Department of Defense Procurement
  • Naval Facilities and Infrastructure
  • Aerospace and Defense Manufacturing
  • Government-to-Government Procurement
  • Sole-Source Contract Awards

Risk Flags

  • Sole-source award lacks competitive justification.
  • Potential for inflated costs due to lack of competition.
  • Oversight complexity with a foreign government entity as prime.
  • Limited transparency on scope and performance metrics.
  • No explicit small business participation requirement.

Tags

defense, department-of-defense, department-of-the-navy, sole-source, fixed-price, large-contract, manufacturing, search-detection-navigation-guidance-aeronautical-nautical-system-and-instrument-manufacturing, government-to-government, non-us-contractor

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $7.9 million to CANADIAN COMMERCIAL CORPORATION. TAPO DEPOT SETUP

Who is the contractor on this award?

The obligated recipient is CANADIAN COMMERCIAL CORPORATION.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Navy).

What is the total obligated amount?

The obligated amount is $7.9 million.

What is the period of performance?

Start: 2024-03-21. End: 2026-09-30.

What specific services or assets constitute the 'TAPO DEPOT SETUP' and why was it deemed necessary?

The provided data does not detail the specific services or assets included in the 'TAPO DEPOT SETUP.' 'TAPO' could refer to a specific program, location, or type of facility. 'Depot setup' generally implies the establishment, outfitting, or modernization of a facility used for storage, maintenance, repair, or distribution of equipment and supplies. Without further information, it is impossible to ascertain the exact nature of the work. The necessity would typically stem from operational requirements, such as supporting new equipment, expanding existing capabilities, or replacing outdated infrastructure. A more detailed statement of work from the contract would be required to answer this question comprehensively.

What is the justification for awarding this contract on a sole-source basis to the Canadian Commercial Corporation?

The justification for awarding this contract on a sole-source basis is not provided in the available data. Sole-source awards are typically justified under specific circumstances outlined in federal acquisition regulations, such as when only one responsible source is available, or when there is a compelling urgency. The Canadian Commercial Corporation (CCC) often acts as a facilitator for Canadian companies seeking to do business with foreign governments, including the U.S. Department of Defense. It's possible that this contract leverages a government-to-government agreement or that the CCC is acting on behalf of a specific Canadian entity with unique capabilities or existing contractual relationships that made a competitive process impractical or undesirable from the government's perspective. A formal Justification for Other Than Full and Open Competition (JOFOC) would typically document this rationale.

How does the Canadian Commercial Corporation's role as a prime contractor impact oversight and risk management for the Department of Defense?

The Canadian Commercial Corporation (CCC) acting as a prime contractor introduces a layer of complexity to oversight and risk management. As a foreign government entity, the CCC operates under different legal and regulatory frameworks than a typical U.S. contractor. Oversight would likely involve coordination between U.S. Department of Defense officials and CCC representatives to ensure compliance with U.S. contract terms and performance standards. Risk management must account for potential challenges related to cross-border logistics, differing regulatory environments, and communication protocols. While the CCC has experience facilitating international contracts, the DoD must ensure robust monitoring mechanisms are in place to mitigate risks associated with foreign prime contractors and maintain accountability for taxpayer-funded projects.

What is the historical spending pattern for 'TAPO DEPOT SETUP' or similar depot setup contracts within the Department of the Navy?

The provided data does not contain historical spending patterns for 'TAPO DEPOT SETUP' or similar depot setup contracts. This specific contract is a new award with an estimated value of $7.88 million. To assess historical spending, one would need to query federal procurement databases (like FPDS or SAM.gov) for previous contracts with similar descriptions, NAICS codes (334511), or involving the same or similar facilities and services. Analyzing past awards would reveal trends in contract values, durations, competition levels, and contractor performance for depot setup and related infrastructure projects within the Department of the Navy, allowing for a comparison to the current award's value and terms.

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

The provided data does not include any publicly available performance metrics or key performance indicators (KPIs) for this contract. Typically, contracts of this nature would have detailed statements of work outlining specific deliverables, quality standards, timelines, and acceptance criteria. These KPIs are crucial for the Department of the Navy to monitor the contractor's progress and ensure the successful completion of the depot setup. Without access to the full contract documentation or performance reports, it is impossible to assess the specific measures of success or evaluate the contractor's performance against established benchmarks.

What is the potential impact of this contract on the U.S. industrial base, particularly in the manufacturing of navigation and guidance systems?

Given that this contract is for 'depot setup' and not the direct manufacturing of systems, the immediate impact on the U.S. industrial base in navigation and guidance systems manufacturing is likely indirect. If the depot setup involves infrastructure for testing, maintenance, or storage of these systems, it could support the existing U.S. industrial base by providing necessary operational facilities. However, the award to the Canadian Commercial Corporation, potentially involving Canadian entities, means that direct manufacturing contracts or significant supply chain opportunities within the U.S. may be limited for this specific project. The primary benefit to the U.S. industrial base would be through any subcontracting opportunities that may arise, which are not detailed here.

Industry Classification

NAICS: ManufacturingNavigational, Measuring, Electromedical, and Control Instruments ManufacturingSearch, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing

Product/Service Code: INSTALLATION OF EQUIPMENTINSTALLATION OF EQUIPMENT

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: N0016422RJQ87

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 350 ALBERT ST SUITE 700, OTTAWA

Business Categories: Category Business, Foreign Government, Not Designated a Small Business, Special Designations

Financial Breakdown

Contract Ceiling: $7,879,761

Exercised Options: $7,879,761

Current Obligation: $7,879,761

Actual Outlays: $361,996

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: N0016424DJQ87

IDV Type: IDC

Timeline

Start Date: 2024-03-21

Current End Date: 2026-09-30

Potential End Date: 2026-09-30 00:00:00

Last Modified: 2026-01-09

More Contracts from Canadian Commercial Corporation

View all Canadian Commercial Corporation federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending