DoD awards $62.2M for Configuration Items to General Dynamics, a sole-source contract
Contract Overview
Contract Amount: $62,209,084 ($62.2M)
Contractor: General Dynamics Mission Systems, Inc.
Awarding Agency: Department of Defense
Start Date: 2018-08-31
End Date: 2021-02-21
Contract Duration: 905 days
Daily Burn Rate: $68.7K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: THIS ORDER IS FOR LOT 9 CONFIGURATION ITEMS (CIS) NOT SUBJECTED TO PROGRESS PAYMENT.
Place of Performance
Location: TAUNTON, BRISTOL County, MASSACHUSETTS, 02780
Plain-Language Summary
Department of Defense obligated $62.2 million to GENERAL DYNAMICS MISSION SYSTEMS, INC. for work described as: THIS ORDER IS FOR LOT 9 CONFIGURATION ITEMS (CIS) NOT SUBJECTED TO PROGRESS PAYMENT. Key points: 1. The contract value is substantial at $62.2 million. 2. General Dynamics Mission Systems, Inc. is the sole awardee. 3. The contract is firm fixed price, indicating price certainty. 4. This award falls under the Telephone Apparatus Manufacturing sector.
Value Assessment
Rating: fair
The contract is firm fixed price, which typically offers good value certainty. However, without a competitive process, it's difficult to assess if the price is optimal compared to market alternatives.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This limits price discovery and potentially leads to higher costs for taxpayers as competition is absent.
Taxpayer Impact: The lack of competition in this sole-source award may result in higher costs for taxpayers compared to a competitively bid contract.
Public Impact
Taxpayers may be paying a premium due to the absence of competition. The Department of the Army relies on General Dynamics for critical configuration items. The duration of the contract (905 days) suggests a long-term need for these items.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and price discovery.
- No small business participation noted.
Positive Signals
- Firm fixed price contract provides cost certainty.
- Awarded to an established entity with likely relevant expertise.
Sector Analysis
This contract falls under the Telephone Apparatus Manufacturing industry. Spending in this sector can vary widely based on technological advancements and defense needs. Benchmarks are difficult without specific item details.
Small Business Impact
There is no indication of small business participation in this contract. Sole-source awards often do not include specific provisions for small business set-asides.
Oversight & Accountability
The contract was awarded by the Department of the Army. Oversight would focus on contract performance and adherence to the firm fixed price terms, especially given the sole-source nature.
Related Government Programs
- Telephone Apparatus Manufacturing
- Department of Defense Contracting
- Department of the Army Programs
Risk Flags
- Lack of competition
- Potential for overpayment
- No small business participation
- Absence of justification for sole-source award
Tags
telephone-apparatus-manufacturing, department-of-defense, ma, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $62.2 million to GENERAL DYNAMICS MISSION SYSTEMS, INC.. THIS ORDER IS FOR LOT 9 CONFIGURATION ITEMS (CIS) NOT SUBJECTED TO PROGRESS PAYMENT.
Who is the contractor on this award?
The obligated recipient is GENERAL DYNAMICS MISSION SYSTEMS, INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Army).
What is the total obligated amount?
The obligated amount is $62.2 million.
What is the period of performance?
Start: 2018-08-31. End: 2021-02-21.
What is the justification for awarding this contract as sole-source?
The justification for a sole-source award is crucial for understanding the necessity of bypassing competition. Typically, this is due to unique capabilities, urgent needs, or lack of viable alternatives. Without this justification, it's difficult to assess if the government acted appropriately in foregoing a competitive process, which could have potentially yielded better pricing and value for taxpayers.
How does the unit cost compare to similar telephone apparatus configurations?
A direct comparison of the per-unit cost is challenging without knowing the specific configuration items (CIs) and their technical specifications. However, given the sole-source nature of this $62.2 million award, there is a heightened risk that the unit cost may be higher than what could be achieved through a competitive bidding process. Further analysis would require detailed product information and market research.
What is the overall effectiveness of this contract in meeting the Army's needs?
The effectiveness of this contract hinges on whether the delivered configuration items meet the Department of the Army's technical and operational requirements. While the firm fixed price structure provides cost certainty, the lack of competition raises questions about the efficiency of the acquisition. Successful delivery and performance would indicate effectiveness, but the value proposition remains uncertain without competitive benchmarking.
Industry Classification
NAICS: Manufacturing › Communications Equipment Manufacturing › Telephone Apparatus Manufacturing
Product/Service Code: COMM/DETECT/COHERENT RADIATION
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Wico Limited
Address: 400 JOHN QUINCY ADAMS RD, TAUNTON, MA, 02780
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: $62,209,084
Exercised Options: $62,209,084
Current Obligation: $62,209,084
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: W15P7T10DC007
IDV Type: IDC
Timeline
Start Date: 2018-08-31
Current End Date: 2021-02-21
Potential End Date: 2021-02-21 00:00:00
Last Modified: 2024-08-22
More Contracts from General Dynamics Mission Systems, Inc.
- 200410!005969!2100!w15p7t!usa Communications-Electronics !w15p7t04ce405 !A!N! !N! ! !20040716!20111230!046863929!046863929!001381284!n!general Dynamics Decision Syst!8201 E Mcdowell Road !scottsdale !az!85257!65000!013!04!scottsdale !maricopa !arizona !+000010000000!n!n!000000000000!ac63!rdte/Electronics&communication Eq-Adv Tech DEV !A7 !electronics and Communication Equip !360 !jtrs Cluster I !541330!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!b! !A!N!Z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! ! ! ! !0001! ! — $1.5B (Department of Defense)
- Federal Contract — $1.4B (Department of Defense)
- THE Space Network (SN) Consists of a Space Segment Comprised of the Tracking and Data Relay Satellites (tdrss), and a Ground Segment (sngs). the SN Provides the Capability for Global Space-To-Ground Telecommunications and Tracking Coverage for LOW Earth Orbit (LEO) and Near-Earth Spaceflight Missions, Including Both Robotic and Human Space Flight. the Sngs Includes Facilities and Systems Located AT the White Sands Complex (WSC) AT LAS Cruces, NM the Guam Remote Ground Terminal (grgt) AT Guam and Space Network Expansion (SNE) East AT Blossom Point, MD. the Purpose of the Sgss Project IS to Implement a Modern Ground Segment That Will Enable the SN to Continue to Deliver High Quality Services to the SN Community, Meet Stakeholder Requirements, and Significantly Reduce Required Operations and Maintenance Resources — $1.2B (National Aeronautics and Space Administration)
- Federal Contract — $1.2B (Department of Defense)
- SDA Tranche 1 Operations and Integration — $861.6M (Department of Defense)
View all General Dynamics Mission 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)