Army Awards $266M for M31A2 Propelling Charges, Sole-Sourced to Canadian Commercial Corporation

Contract Overview

Contract Amount: $265,897,044 ($265.9M)

Contractor: Canadian Commercial Corporation

Awarding Agency: Department of Defense

Start Date: 2025-09-12

End Date: 2030-01-31

Contract Duration: 1,602 days

Daily Burn Rate: $166.0K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: DELIVERY ORDER FOR M31A2 PROPELLANT FOR THE 155MM MODULAR ARTILLERY CHARGE SYSTEM (MACS) M31A2 PROPELLING CHARGE.

Plain-Language Summary

Department of Defense obligated $265.9 million to CANADIAN COMMERCIAL CORPORATION for work described as: DELIVERY ORDER FOR M31A2 PROPELLANT FOR THE 155MM MODULAR ARTILLERY CHARGE SYSTEM (MACS) M31A2 PROPELLING CHARGE. Key points: 1. Significant contract value for critical munitions components. 2. Sole-source award raises questions about price discovery and competition. 3. Long performance period (over 4 years) suggests sustained demand. 4. Explosives Manufacturing sector is highly specialized and often consolidated.

Value Assessment

Rating: questionable

The contract value of $266M is substantial. Without competitive bidding, it's difficult to assess if this price is optimal compared to potential market rates for similar propellant systems.

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 there is no market pressure to offer the best price.

Taxpayer Impact: The lack of competition for this significant award may result in taxpayers paying a premium for essential military supplies.

Public Impact

Ensures supply of critical artillery propellant for the U.S. Army. Potential for increased costs due to sole-source procurement. Reliance on a foreign commercial corporation for a defense-critical item. Long-term contract may impact flexibility in adopting newer technologies.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award
  • Lack of competition
  • Long contract duration
  • Foreign supplier

Positive Signals

  • Ensures supply chain for critical munition component
  • Fixed price contract provides cost certainty

Sector Analysis

The contract falls within the Explosives Manufacturing sector, a niche area often characterized by high barriers to entry and specialized production capabilities. Benchmarks for similar large-scale propellant contracts are scarce due to the specialized nature.

Small Business Impact

This award does not appear to involve small businesses directly, as it is a sole-source contract with the Canadian Commercial Corporation. There is no indication of subcontracting opportunities for small businesses.

Oversight & Accountability

The sole-source nature of this award warrants close oversight to ensure fair pricing and adherence to contract terms. Transparency in the justification for the sole-source award is crucial for accountability.

Related Government Programs

  • Explosives Manufacturing
  • Department of Defense Contracting
  • Department of the Army Programs

Risk Flags

  • Sole-source award limits price competition.
  • Potential for inflated costs due to lack of market pressure.
  • Long contract duration may hinder adoption of new technologies.
  • Reliance on a foreign entity for critical defense supplies.
  • Lack of transparency regarding the sole-source justification.

Tags

explosives-manufacturing, department-of-defense, delivery-order, 100m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $265.9 million to CANADIAN COMMERCIAL CORPORATION. DELIVERY ORDER FOR M31A2 PROPELLANT FOR THE 155MM MODULAR ARTILLERY CHARGE SYSTEM (MACS) M31A2 PROPELLING CHARGE.

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 Army).

What is the total obligated amount?

The obligated amount is $265.9 million.

What is the period of performance?

Start: 2025-09-12. End: 2030-01-31.

What is the justification for awarding this contract on a sole-source basis, and what steps were taken to ensure fair and reasonable pricing?

The justification for a sole-source award typically involves unique capabilities, urgent needs, or lack of viable alternatives. Without competitive bidding, the government must rely on detailed cost analysis and market research to ensure the price is fair and reasonable. This often involves scrutinizing the contractor's proposed costs, including materials, labor, and overhead, and comparing them to historical data or independent cost estimates.

What are the potential risks associated with relying on a foreign commercial corporation for a critical defense component like artillery propellant?

Risks include supply chain disruptions due to geopolitical factors, trade disputes, or differing regulatory environments. There could also be concerns regarding intellectual property protection and long-term strategic dependency. Ensuring consistent quality and timely delivery from a foreign entity requires robust communication and monitoring mechanisms.

How does the long duration of this contract impact the Army's ability to adapt to potential technological advancements in artillery systems?

A long-term contract, while ensuring supply stability, can limit the flexibility to incorporate newer, potentially more effective or cost-efficient technologies that may emerge during the contract period. The Army might be locked into existing specifications, potentially delaying the adoption of next-generation capabilities unless specific clauses for innovation or modification are included and exercised.

Industry Classification

NAICS: ManufacturingOther Chemical Product and Preparation ManufacturingExplosives Manufacturing

Product/Service Code: AMMUNITION AND EXPLOSIVES

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: W15QKN19R0016

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: $265,897,044

Exercised Options: $265,897,044

Current Obligation: $265,897,044

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NOT OBTAINED - WAIVED

Parent Contract

Parent Award PIID: W15QKN19D0072

IDV Type: IDC

Timeline

Start Date: 2025-09-12

Current End Date: 2030-01-31

Potential End Date: 2030-01-31 12:01:00

Last Modified: 2025-09-12

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