DoD Awards $32.6M for Configuration Items to General Dynamics, Sole-Source
Contract Overview
Contract Amount: $42,926,710 ($42.9M)
Contractor: General Dynamics Mission Systems, Inc.
Awarding Agency: Department of Defense
Start Date: 2019-09-27
End Date: 2025-12-31
Contract Duration: 2,287 days
Daily Burn Rate: $18.8K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: THE PURPOSE OF DELIVERY ORDER W15P7T-19-F-0022 UNDER CONTRACT W15P7T-10-D-C007 IS TO PROCURE CONFIGURATION ITEMS BASED YEAR 10 PRICING IN THE AMOUNT OF $ 32,597,493.00.
Place of Performance
Location: TAUNTON, BRISTOL County, MASSACHUSETTS, 02780
Plain-Language Summary
Department of Defense obligated $42.9 million to GENERAL DYNAMICS MISSION SYSTEMS, INC. for work described as: THE PURPOSE OF DELIVERY ORDER W15P7T-19-F-0022 UNDER CONTRACT W15P7T-10-D-C007 IS TO PROCURE CONFIGURATION ITEMS BASED YEAR 10 PRICING IN THE AMOUNT OF $ 32,597,493.00. Key points: 1. Spending focused on configuration items for Year 10 pricing. 2. Sole-source award to General Dynamics Mission Systems, Inc. 3. Contract duration is 2287 days, ending December 31, 2025. 4. The procurement falls under NAICS code 334210 (Telephone Apparatus Manufacturing).
Value Assessment
Rating: questionable
The contract is a firm-fixed-price delivery order. Pricing is based on Year 10 pricing from a previous contract, making direct comparison difficult without historical data. The total award amount is $32,597,493.00.
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 bypassed.
Taxpayer Impact: The lack of competition for this $32.6 million award means taxpayers may not be receiving the best possible price.
Public Impact
Procurement of essential configuration items for the Department of the Army. Long contract duration of nearly 6.5 years. Potential for increased costs due to sole-source nature.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award
- Lack of competition
- Pricing based on older data
Positive Signals
- Firm-fixed-price contract type
- Procurement of necessary configuration items
Sector Analysis
This contract falls within the IT and Defense sectors, specifically related to telephone apparatus manufacturing. Spending benchmarks for similar configuration item procurements are difficult to ascertain without more specific details on the items themselves.
Small Business Impact
The contract was awarded to General Dynamics Mission Systems, Inc., a large business. There is no indication that small businesses were involved in this specific delivery order, nor is there a stated set-aside for small business participation.
Oversight & Accountability
The award is a delivery order under an existing contract, suggesting some level of prior oversight. However, the sole-source nature warrants scrutiny to ensure the government's interests were protected and fair pricing was achieved.
Related Government Programs
- Telephone Apparatus Manufacturing
- Department of Defense Contracting
- Department of the Army Programs
Risk Flags
- Sole-source award bypasses competition.
- Pricing based on potentially outdated 'Year 10' data.
- Lack of transparency regarding specific configuration items.
- Long contract duration (2287 days) increases long-term risk.
- No indication of small business participation.
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 $42.9 million to GENERAL DYNAMICS MISSION SYSTEMS, INC.. THE PURPOSE OF DELIVERY ORDER W15P7T-19-F-0022 UNDER CONTRACT W15P7T-10-D-C007 IS TO PROCURE CONFIGURATION ITEMS BASED YEAR 10 PRICING IN THE AMOUNT OF $ 32,597,493.00.
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 $42.9 million.
What is the period of performance?
Start: 2019-09-27. End: 2025-12-31.
What was the justification for the sole-source award, and was a market research report conducted to confirm the lack of viable competitive alternatives?
The provided data indicates the contract was 'NOT COMPETED'. A sole-source award typically requires a justification, such as a unique capability or proprietary technology held by the contractor. Without this justification, it's difficult to assess if the government adequately explored competitive options or if this was a missed opportunity for cost savings.
How does the 'Year 10 pricing' compare to current market rates for similar configuration items, and what mechanisms are in place to ensure this pricing remains fair over the contract's duration?
Using 'Year 10 pricing' from a previous contract raises concerns about its relevance and fairness in the current market. Without a benchmark against contemporary pricing or adjustments for inflation and market fluctuations, the government risks overpaying. The firm-fixed-price nature provides cost certainty but doesn't guarantee value if the baseline price is inflated.
What specific configuration items are being procured, and what is their criticality to the Department of the Army's operations to justify a sole-source, long-term award?
The data specifies 'configuration items' but lacks detail on their nature or function. Understanding the criticality of these items to the Army's mission is essential for evaluating the risk associated with a sole-source award. If these are standard or easily replaceable components, the justification for bypassing competition becomes weaker.
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: General Dynamics Corporation
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: $42,926,710
Exercised Options: $42,926,710
Current Obligation: $42,926,710
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: 2019-09-27
Current End Date: 2025-12-31
Potential End Date: 2025-12-31 00:00:00
Last Modified: 2023-08-18
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)