DoD's $31.5M overhead crane contract with Canadian Commercial Corporation shows fair value, but limited competition raises concerns

Contract Overview

Contract Amount: $31,470,579 ($31.5M)

Contractor: Canadian Commercial Corporation

Awarding Agency: Department of Defense

Start Date: 2009-08-14

End Date: 2018-10-24

Contract Duration: 3,358 days

Daily Burn Rate: $9.4K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 5

Pricing Type: COST PLUS FIXED FEE

Sector: Other

Official Description: HANDLING SYSTEM

Plain-Language Summary

Department of Defense obligated $31.5 million to CANADIAN COMMERCIAL CORPORATION for work described as: HANDLING SYSTEM Key points: 1. The contract's total value of $31.5 million over its duration suggests a moderate level of spending for specialized equipment. 2. While the contractor is a foreign entity, the contract was awarded under full and open competition, indicating a broad search for qualified vendors. 3. The use of a Cost Plus Fixed Fee (CPFF) pricing structure can introduce cost-plus risks if not managed diligently. 4. The contract's long duration (9+ years) implies a need for sustained support or a complex, long-term requirement. 5. The absence of small business set-asides suggests the primary contractor is likely a large entity, with potential subcontracting opportunities. 6. The contract's performance period spans a significant historical timeframe, allowing for analysis of past performance and cost trends.

Value Assessment

Rating: fair

The total award amount of $31.5 million for overhead traveling crane, hoist, and monorail systems appears within a reasonable range for a contract of this duration and scope. Benchmarking against similar large-scale industrial equipment procurements would be necessary for a definitive value assessment. The CPFF structure, while common for complex projects, warrants scrutiny to ensure the fixed fee remains appropriate and costs are controlled effectively throughout the contract lifecycle. Without specific per-unit cost data or detailed breakdowns of services, a precise value-for-money judgment is challenging, but the overall expenditure seems justifiable given the likely complexity and long-term nature of the requirement.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under 'full and open competition,' indicating that the solicitation was made available to all responsible sources, and a full range of bidders could have participated. The presence of 5 bids suggests a reasonable level of interest, though the exact number of bidders does not inherently guarantee optimal price discovery without knowing the quality and competitiveness of those bids. The 'full and open' nature is a positive indicator for competitive pricing, as it aims to maximize the pool of potential offerors.

Taxpayer Impact: Taxpayers benefit from the competitive process by potentially receiving lower prices and better quality goods and services due to the increased number of bidders vying for the contract.

Public Impact

The primary beneficiaries are likely Department of Defense operations requiring specialized material handling equipment for maintenance, logistics, or production facilities. The contract delivers overhead traveling cranes, hoists, and monorail systems, which are critical for moving heavy loads in industrial environments. Geographic impact is likely concentrated at DoD facilities where these systems are installed and operated, potentially across various military branches. Workforce implications include the need for skilled personnel to operate, maintain, and potentially install these complex systems, both within the DoD and potentially at the contractor's facilities.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Cost Plus Fixed Fee (CPFF) pricing can incentivize cost overruns if not rigorously monitored.
  • The long contract duration (over 9 years) increases the risk of scope creep or evolving requirements not being adequately addressed.
  • Reliance on a foreign commercial entity for critical defense infrastructure components may present supply chain or geopolitical risks.
  • The specific nature of 'Overhead Traveling Crane, Hoist, and Monorail System Manufacturing' suggests a niche market, potentially limiting future competition if the incumbent is the only viable provider.

Positive Signals

  • Awarded under 'full and open competition,' suggesting a broad market search and potential for competitive pricing.
  • The contract has a defined end date, providing a clear timeframe for delivery and performance.
  • The existence of 5 bids indicates a degree of market interest and potential for multiple qualified suppliers.
  • The contract specifies a definitive contract type, implying a clear understanding of the scope and deliverables.
  • The North American Industry Classification System (NAICS) code 333923 points to a specific manufacturing sector, allowing for targeted analysis.

Sector Analysis

The contract falls within the Industrial Machinery Manufacturing sector, specifically focusing on cranes, hoists, and monorail systems (NAICS 333923). This is a specialized segment of the broader manufacturing industry. The market size for such industrial equipment is substantial, driven by demand from defense, construction, logistics, and heavy industry. Comparable spending benchmarks would involve analyzing procurements for similar heavy-duty material handling equipment by government agencies or large industrial corporations. The Department of Defense is a significant consumer of such specialized equipment for its vast infrastructure and operational needs.

Small Business Impact

The data indicates that small business participation was not a specific set-aside requirement for this contract (ss: false, sb: false). This suggests that the primary award was likely made to a large business or a foreign entity capable of meeting the extensive requirements. While there's no explicit small business set-aside, the prime contractor, Canadian Commercial Corporation, may engage small businesses as subcontractors for specific components, services, or specialized manufacturing processes. The impact on the small business ecosystem would depend on the extent of subcontracting opportunities offered and whether small businesses possess the necessary certifications and capabilities to compete for those subcontracts.

Oversight & Accountability

Oversight for this contract would typically be managed by the Defense Contract Management Agency (DCMA), as indicated by the 'sa' field. DCMA is responsible for ensuring contractor compliance with contract terms, quality standards, and delivery schedules. Accountability measures are embedded within the contract's performance clauses and payment terms, particularly under the Cost Plus Fixed Fee structure, which requires detailed cost reporting and justification. Transparency is facilitated through contract databases like FPDS, which record award details, though detailed cost breakdowns and performance reports are often proprietary. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse related to the contract.

Related Government Programs

  • Defense Logistics Agency (DLA) Equipment Procurement
  • General Services Administration (GSA) Industrial Equipment Schedules
  • Naval Sea Systems Command (NAVSEA) Shipyard Equipment
  • Army Corps of Engineers Construction Equipment

Risk Flags

  • Cost Plus Fixed Fee (CPFF) pricing structure
  • Long contract duration (9+ years)
  • Foreign contractor reliance
  • Niche manufacturing sector

Tags

defense, department-of-defense, cranes, hoists, monorail-systems, manufacturing, cost-plus-fixed-fee, definitive-contract, full-and-open-competition, canadian-commercial-corporation, industrial-equipment, material-handling

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $31.5 million to CANADIAN COMMERCIAL CORPORATION. HANDLING SYSTEM

Who is the contractor on this award?

The obligated recipient is CANADIAN COMMERCIAL CORPORATION.

Which agency awarded this contract?

Awarding agency: Department of Defense (Defense Contract Management Agency).

What is the total obligated amount?

The obligated amount is $31.5 million.

What is the period of performance?

Start: 2009-08-14. End: 2018-10-24.

What is the track record of Canadian Commercial Corporation (CCC) in supplying similar heavy industrial equipment to the U.S. Department of Defense?

Canadian Commercial Corporation (CCC) acts as a government-to-government contracting entity for Canadian businesses. While CCC itself is not a manufacturer, it facilitates trade and procurement for Canadian companies. Its track record with the U.S. DoD would depend on the specific Canadian firms it has represented for similar equipment. Analyzing CCC's past performance would require examining individual contracts facilitated by them, looking at factors like on-time delivery, adherence to specifications, and overall project success. Without specific details on the underlying Canadian manufacturer(s) involved in this $31.5M contract, a direct assessment of their specific track record is limited. However, CCC's role as an intermediary suggests a level of vetting and government oversight applied to the Canadian suppliers it partners with.

How does the $31.5 million total contract value compare to typical spending on overhead traveling cranes and hoists by the DoD?

The $31.5 million total contract value over a period of approximately 9 years (from 2009 to 2018) suggests an average annual spending of roughly $3.5 million. This figure appears moderate for the Department of Defense, which manages a vast array of facilities and operational needs requiring heavy-duty material handling equipment. Procurements for large-scale infrastructure projects, shipyard modernization, or major depot maintenance facilities could easily involve contracts of this magnitude or significantly higher. Conversely, smaller, localized requirements might be fulfilled through smaller contracts or existing indefinite-delivery/indefinite-quantity (IDIQ) vehicles. Without specific details on the exact number of systems procured or their individual specifications, a precise comparison is difficult, but the total value seems consistent with substantial, long-term equipment needs within a large organization like the DoD.

What are the primary risks associated with the Cost Plus Fixed Fee (CPFF) contract type used in this award?

The Cost Plus Fixed Fee (CPFF) contract type, used in this award, presents specific risks primarily related to cost control and potential for overruns. In a CPFF arrangement, the contractor is reimbursed for all allowable costs incurred, plus a predetermined fixed fee representing profit. The primary risk for the government is that the contractor may have less incentive to control costs rigorously, as their profit (the fixed fee) is not directly tied to cost savings. This can lead to 'cost-plus' mentality where efficiency is secondary to completing the task. To mitigate this, the government must implement robust oversight, including detailed cost auditing, thorough review of incurred expenses, and strict adherence to the contract's definition of allowable costs. The fixed fee itself should be negotiated based on a realistic assessment of the effort required and market rates for similar services to ensure it remains fair and reasonable.

Given the 'full and open competition' award, why were there only 5 bids received for this specialized manufacturing contract?

Receiving 5 bids under 'full and open competition' for a specialized manufacturing contract like overhead traveling cranes and hoists can be attributed to several factors. Firstly, the niche nature of the product means the pool of qualified manufacturers may be inherently limited. Producing such heavy-duty industrial equipment requires significant capital investment, specialized engineering expertise, and established manufacturing capabilities, which not all companies possess. Secondly, the contract's duration (over 9 years) and potential complexity might deter bidders who prefer shorter-term projects or have capacity constraints. Finally, the specific technical specifications and performance requirements outlined in the solicitation could further narrow down the field of eligible and interested parties. While 5 bids indicate some level of competition, it suggests that the market for this specific type of equipment and contract structure may not be exceptionally broad.

What are the potential implications of awarding this contract to a foreign commercial corporation (Canadian Commercial Corporation)?

Awarding this contract to the Canadian Commercial Corporation (CCC), a foreign entity, has several implications. On the positive side, it leverages international trade agreements and potentially accesses specialized expertise or cost efficiencies available in the Canadian market. It also demonstrates a commitment to global sourcing where appropriate. However, potential risks include supply chain vulnerabilities, longer lead times for delivery or support, and currency exchange rate fluctuations impacting the final cost. Furthermore, there might be considerations regarding intellectual property protection, adherence to U.S. security standards, and the logistical complexities of managing a foreign contractor. The U.S. government would need robust oversight mechanisms to ensure compliance with all relevant regulations and standards, and to mitigate any geopolitical risks associated with relying on a foreign supplier for critical equipment.

How has DoD spending on overhead traveling cranes, hoists, and monorail systems evolved over the period this contract was active (2009-2018)?

Analyzing DoD spending trends on overhead traveling cranes, hoists, and monorail systems between 2009 and 2018 requires examining broader procurement data beyond this single contract. This period encompassed economic fluctuations, including the aftermath of the 2008 recession and subsequent recovery, which could influence capital equipment spending. Defense budgets also shifted during these years, potentially impacting investments in infrastructure and maintenance equipment. It's plausible that spending saw peaks during periods of increased military readiness or major facility upgrades and troughs during budget austerity. This specific contract, awarded in 2009 and ending in 2018, likely reflects a sustained need throughout that decade. A comprehensive analysis would involve aggregating data from multiple contracts within NAICS code 333923 and related categories across various DoD agencies to identify overall trends and patterns.

Industry Classification

NAICS: ManufacturingOther General Purpose Machinery ManufacturingOverhead Traveling Crane, Hoist, and Monorail System Manufacturing

Product/Service Code: COMM/DETECT/COHERENT RADIATION

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: N6660409R0015

Offers Received: 5

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Parent Company: Government of Canada

Address: 50 O'CONNOR ST SUITE 1100, OTTAWA

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

Financial Breakdown

Contract Ceiling: $31,470,579

Exercised Options: $31,470,579

Current Obligation: $31,470,579

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2009-08-14

Current End Date: 2018-10-24

Potential End Date: 2018-10-24 00:00:00

Last Modified: 2022-09-23

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