DoD's DMLSS SAM contract awarded to General Dynamics IT for $9.6M to modernize logistics systems

Contract Overview

Contract Amount: $9,601,692 ($9.6M)

Contractor: General Dynamics Information Technology, Inc.

Awarding Agency: Department of Defense

Start Date: 2025-12-14

End Date: 2026-12-13

Contract Duration: 364 days

Daily Burn Rate: $26.4K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 259

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: DEFENSE MEDICAL LOGISTICS SUSTAINMENT SUPPORT (DMLSS) SUSTAINMENT AND MODERNIZATION (SAM)

Place of Performance

Location: FORT BELVOIR, FAIRFAX County, VIRGINIA, 22060

State: Virginia Government Spending

Plain-Language Summary

Department of Defense obligated $9.6 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC. for work described as: DEFENSE MEDICAL LOGISTICS SUSTAINMENT SUPPORT (DMLSS) SUSTAINMENT AND MODERNIZATION (SAM) Key points: 1. Contract aims to sustain and modernize critical defense medical logistics systems, ensuring operational readiness. 2. General Dynamics Information Technology, Inc. secured the award, indicating a strong incumbent position or competitive win. 3. The contract's firm-fixed-price structure shifts performance risk to the contractor. 4. A 2-year duration suggests a focused effort on modernization and sustainment phases. 5. The award falls under Other Computer Related Services, highlighting the IT-intensive nature of modern defense logistics. 6. The Defense Logistics Agency's reliance on this contract underscores the importance of IT infrastructure for medical supply chains.

Value Assessment

Rating: good

Benchmarking the value of this specific contract is challenging without detailed scope and comparable modernization projects. However, the $9.6 million award over two years for sustainment and modernization of a critical defense system appears reasonable, especially considering the complexity of IT systems supporting medical logistics. The firm-fixed-price contract type suggests the government has negotiated a defined cost for the services, which can be advantageous if the contractor manages costs effectively. Further analysis would require comparing the per-unit costs of specific modernization tasks or the overall cost relative to the system's criticality and user base.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple qualified vendors had the opportunity to bid. The presence of 259 bids suggests a robust competitive environment, which typically drives down prices and encourages innovation. A high number of bidders generally signifies strong market interest and a healthy ecosystem of contractors capable of performing such services. This level of competition is a positive indicator for price discovery and achieving best value for the government.

Taxpayer Impact: Taxpayers benefit from full and open competition through potentially lower prices and access to a wider range of innovative solutions. The high number of bidders suggests that the government received competitive offers, likely resulting in a more cost-effective outcome than a sole-source or limited competition award.

Public Impact

The primary beneficiaries are the U.S. military medical services, which rely on the DMLSS for efficient and accurate tracking of medical supplies. The contract delivers sustainment and modernization services for the Defense Medical Logistics Standard Support (DMLSS) system. This impacts the entire defense medical supply chain, ensuring that medical personnel have the necessary equipment and pharmaceuticals. Modernization efforts are expected to improve system performance, security, and user experience for military medical personnel globally. The contract supports the operational readiness of medical units by ensuring the reliability of their logistical IT infrastructure.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for scope creep if modernization requirements are not clearly defined and managed.
  • Dependence on General Dynamics IT for critical system sustainment could pose a risk if performance falters.
  • Cybersecurity vulnerabilities in modernized systems could impact sensitive medical logistics data.

Positive Signals

  • Firm-fixed-price contract shifts cost control risks to the contractor.
  • Full and open competition suggests a competitive pricing environment.
  • Modernization aims to improve system efficiency and reduce long-term operational costs.
  • The contract supports a critical defense function, ensuring high priority for successful execution.

Sector Analysis

The Defense Medical Logistics Standard Support (DMLSS) operates within the broader Defense Health Agency (DHA) and Department of Defense (DoD) IT services sector. This sector is characterized by significant government spending on complex IT systems, often involving modernization of legacy infrastructure and development of new capabilities. The market includes large prime contractors like General Dynamics IT, as well as numerous subcontractors specializing in various IT services. Spending benchmarks for similar IT sustainment and modernization contracts within the DoD can range from millions to billions of dollars, depending on the system's scope and criticality.

Small Business Impact

While this contract was awarded under full and open competition and does not appear to have specific small business set-aside provisions (ss=false, sb=false), large prime contractors like General Dynamics IT are often required to meet small business subcontracting goals. The subcontracting plan associated with this award will be crucial for determining the extent of small business participation. Successful execution could lead to significant subcontracting opportunities for small businesses in IT services, potentially boosting their revenue and capabilities within the defense sector.

Oversight & Accountability

Oversight for this contract will likely be managed by the Defense Logistics Agency (DLA) and potentially the Defense Contract Management Agency (DCMA). Accountability measures are embedded within the firm-fixed-price contract terms, requiring the contractor to deliver specified services within the agreed-upon budget. Transparency is facilitated through contract award databases and reporting requirements. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse related to the contract.

Related Government Programs

  • Defense Health Agency (DHA) IT Modernization Programs
  • Logistics Information Systems (e.g., Global Combat Support System-Army)
  • Medical Materiel Management
  • Defense Supply Chain Management Systems
  • IT Services for Federal Agencies

Risk Flags

  • Potential for integration challenges with existing DoD systems.
  • Cybersecurity risks associated with modernizing a critical logistics IT system.
  • Dependence on a single contractor for sustainment and modernization.

Tags

it, defense, logistics, medical-logistics, system-modernization, sustainment, general-dynamics-it, defense-logistics-agency, firm-fixed-price, full-and-open-competition, other-computer-related-services, virginia

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $9.6 million to GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC.. DEFENSE MEDICAL LOGISTICS SUSTAINMENT SUPPORT (DMLSS) SUSTAINMENT AND MODERNIZATION (SAM)

Who is the contractor on this award?

The obligated recipient is GENERAL DYNAMICS INFORMATION TECHNOLOGY, INC..

Which agency awarded this contract?

Awarding agency: Department of Defense (Defense Logistics Agency).

What is the total obligated amount?

The obligated amount is $9.6 million.

What is the period of performance?

Start: 2025-12-14. End: 2026-12-13.

What is the historical spending trend for DMLSS sustainment and modernization?

Analyzing historical spending on DMLSS sustainment and modernization is crucial for understanding cost trends and identifying potential budget anomalies. While specific historical data for the SAM contract is not provided, the Defense Logistics Agency (DLA) consistently invests in maintaining and upgrading its IT infrastructure. Previous contracts for DMLSS support would offer insights into cost growth, the frequency of modernization efforts, and the average contract values over time. A review of past contract awards, including their duration, scope, and final costs, would reveal whether current spending aligns with historical patterns or represents a significant increase or decrease. Understanding these trends helps in assessing the reasonableness of the current $9.6 million award and forecasting future budgetary needs for the system.

How does the per-unit cost of this contract compare to similar IT modernization efforts within the DoD?

Benchmarking the per-unit cost of this $9.6 million DMLSS SAM contract against similar IT modernization efforts within the DoD requires a detailed breakdown of the services provided and the specific metrics used for comparison. Without granular data on the number of users supported, the complexity of the modules being modernized, or the specific IT infrastructure involved, a direct per-unit cost comparison is difficult. However, if comparable contracts focused on modernizing large-scale enterprise resource planning (ERP) or logistics management systems within other DoD branches (e.g., Army, Navy, Air Force) are identified, their cost per module, per user, or per function could serve as a benchmark. Factors such as the age of the legacy system, the required security protocols, and the integration complexity significantly influence modernization costs. A preliminary assessment suggests the cost is reasonable given the critical nature of medical logistics, but a detailed analysis of comparable projects is needed for a definitive conclusion.

What is General Dynamics Information Technology's track record with similar defense logistics IT contracts?

General Dynamics Information Technology (GDIT) has a substantial track record in providing IT services to the Department of Defense, including extensive experience with logistics and supply chain management systems. They have historically held significant contracts for managing and modernizing large-scale IT infrastructures for various military branches. Their portfolio often includes work on enterprise resource planning (ERP) systems, data management, cybersecurity, and cloud migration. GDIT's experience with complex, mission-critical systems suggests they possess the technical expertise and program management capabilities necessary for the DMLSS SAM contract. Evaluating their past performance on similar contracts, including client satisfaction, adherence to schedule and budget, and successful delivery of modernization objectives, would provide further confidence in their ability to execute this award effectively.

What are the key performance indicators (KPIs) for this contract, and how will success be measured?

Key Performance Indicators (KPIs) for the DMLSS SAM contract are essential for measuring the contractor's performance and ensuring the successful modernization and sustainment of the system. While specific KPIs are not detailed in the provided data, typical metrics for such IT contracts include system uptime and availability, response times for critical functions, data accuracy and integrity, cybersecurity compliance rates, and successful deployment of new features or modules. User satisfaction surveys among medical logistics personnel would also likely be a KPI. The Defense Logistics Agency (DLA) will establish these KPIs in the contract's Performance Work Statement (PWS). Performance will be monitored through regular reporting, system audits, and potentially site visits, with deviations from targets potentially leading to contractually defined remedies or incentives.

What is the potential impact of this modernization on the efficiency and accuracy of medical supply chains?

The modernization of the DMLSS is expected to significantly enhance the efficiency and accuracy of defense medical supply chains. Modernized systems typically offer improved data visibility, enabling real-time tracking of medical supplies from procurement to the point of care. This can reduce stockouts, minimize waste from expired or obsolete inventory, and optimize inventory levels across various medical facilities. Enhanced accuracy in demand forecasting and order fulfillment can ensure that critical medical items are available when and where needed, directly supporting operational readiness. Furthermore, improved user interfaces and streamlined workflows can reduce administrative burdens on medical personnel, allowing them to focus more on patient care. Ultimately, a modernized DMLSS contributes to a more resilient and responsive medical logistics network.

Are there any identified risks associated with the technology stack or integration requirements for this modernization effort?

Identifying specific risks associated with the technology stack or integration requirements for the DMLSS SAM modernization requires a deeper dive into the system's architecture and the planned upgrades. However, common risks in such projects include the potential for technical obsolescence if the chosen technologies are not future-proof, integration challenges when connecting new modules with legacy systems or other DoD-wide IT infrastructure, and cybersecurity vulnerabilities inherent in any complex IT system. Ensuring interoperability with existing and future defense systems is paramount. The contractor, General Dynamics IT, will need to conduct thorough risk assessments and implement robust testing and validation processes to mitigate these potential issues. The firm-fixed-price nature of the contract places the onus on the contractor to manage these technical risks within the awarded budget.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesOther Computer Related Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: SP470926Q2004

Offers Received: 259

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Wico Limited

Address: 3150 FAIRVIEW PARK DR, FALLS CHURCH, VA, 22042

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $60,215,389

Exercised Options: $9,601,692

Current Obligation: $9,601,692

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: SP470924D0074

IDV Type: IDC

Timeline

Start Date: 2025-12-14

Current End Date: 2026-12-13

Potential End Date: 2030-12-13 00:00:00

Last Modified: 2025-12-12

More Contracts from General Dynamics Information Technology, Inc.

View all General Dynamics Information Technology, Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending