DoD's $21.2M contract for M-LIDS to DRS SUSTAINMENT SYSTEMS, INC. raises value concerns
Contract Overview
Contract Amount: $21,179,727 ($21.2M)
Contractor: DRS Sustainment Systems, Inc
Awarding Agency: Department of Defense
Start Date: 2025-07-25
End Date: 2026-05-28
Contract Duration: 307 days
Daily Burn Rate: $69.0K/day
Competition Type: NOT COMPETED
Pricing Type: COST PLUS FIXED FEE
Sector: Defense
Official Description: M-LIDS TO 16
Place of Performance
Location: BRIDGETON, SAINT LOUIS County, MISSOURI, 63044
State: Missouri Government Spending
Plain-Language Summary
Department of Defense obligated $21.2 million to DRS SUSTAINMENT SYSTEMS, INC for work described as: M-LIDS TO 16 Key points: 1. Contract awarded on a sole-source basis, limiting price competition. 2. Duration of 307 days suggests a focused, short-term need. 3. Cost Plus Fixed Fee (CPFF) structure can incentivize cost overruns. 4. No small business set-aside indicates potential missed opportunities for smaller firms. 5. The contract's value is moderate within the broader defense sector. 6. Performance period ends mid-2026, requiring timely delivery. 7. The North American Industry Classification System (NAICS) code 334511 points to specialized instrument manufacturing.
Value Assessment
Rating: questionable
Benchmarking the value of this $21.2 million contract is challenging without specific details on the M-LIDS system and its components. However, the Cost Plus Fixed Fee (CPFF) contract type, coupled with a sole-source award, presents a higher risk for cost efficiency compared to fixed-price contracts with robust competition. The fixed fee component provides some cost control, but the government bears the risk of increased costs. Further analysis would require comparing the unit costs or total project costs against similar systems or previous procurements for M-LIDS.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded using a sole-source justification, meaning it was not competed openly. This approach is typically used when only one responsible source can provide the required supplies or services. The lack of competition means that the Department of the Army did not have the opportunity to solicit bids from multiple vendors, which could potentially lead to higher prices and less innovation than a fully competed contract.
Taxpayer Impact: Sole-source awards limit the government's ability to leverage competitive market forces to secure the best possible pricing for taxpayers. This can result in a higher overall expenditure for the goods or services procured.
Public Impact
The primary beneficiaries are the Department of Defense, specifically the Department of the Army, who will receive the M-LIDS system. The contract delivers critical search, detection, navigation, and guidance systems for military applications. The geographic impact is likely focused on military installations or operational theaters where these systems are deployed. Workforce implications may include specialized manufacturing and technical support roles at DRS SUSTAINMENT SYSTEMS, INC. and its subcontractors.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potentially increases costs for taxpayers.
- Cost Plus Fixed Fee (CPFF) contract type can incentivize higher spending as the government absorbs cost increases.
- Lack of small business participation may mean missed opportunities for economic inclusion and innovation.
- Limited public information on the specific M-LIDS system makes independent value assessment difficult.
Positive Signals
- Contract awarded to a known entity, DRS SUSTAINMENT SYSTEMS, INC., suggesting established capabilities.
- Clear end date (May 2026) provides a defined performance period.
- The contract addresses specific military needs for advanced detection and navigation systems.
Sector Analysis
The contract falls within the "Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing" sector, classified under NAICS code 334511. This is a specialized segment of the defense industrial base focused on high-technology systems. Spending in this sector is driven by defense modernization efforts and the need for advanced situational awareness and operational capabilities. Comparable spending benchmarks would involve analyzing other contracts for similar sophisticated military hardware and integrated systems.
Small Business Impact
This contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses. This suggests that the primary contractor, DRS SUSTAINMENT SYSTEMS, INC., is expected to perform the majority of the work. The absence of small business involvement means that opportunities for smaller, innovative firms within this specialized manufacturing niche may have been overlooked.
Oversight & Accountability
Oversight for this contract will primarily reside with the Department of the Army contracting and program management offices. As a sole-source award, the justification for this procurement method would be subject to review. Transparency regarding the specific M-LIDS system's capabilities and performance metrics would be crucial for effective oversight. Inspector General (IG) jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Department of Defense Procurement
- Army Systems Procurement
- Navigation and Guidance Systems
- Search and Detection Equipment
- Military Instrument Manufacturing
Risk Flags
- Sole-source award
- Cost Plus Fixed Fee contract type
- Lack of small business participation
Tags
defense, department-of-the-army, missouri, sole-source, delivery-order, cost-plus-fixed-fee, search-detection-navigation-guidance-aeronautical-and-nautical-system-and-instrument-manufacturing, moderate-size-contract, non-competed, us-government
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $21.2 million to DRS SUSTAINMENT SYSTEMS, INC. M-LIDS TO 16
Who is the contractor on this award?
The obligated recipient is DRS SUSTAINMENT 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 $21.2 million.
What is the period of performance?
Start: 2025-07-25. End: 2026-05-28.
What is the specific functionality and intended use of the M-LIDS system being procured?
The M-LIDS (Mobile Intelligence, Surveillance, and Reconnaissance (ISR) Light Detection and Ranging) system is designed to provide advanced mobile ISR capabilities. Its primary function is to detect, identify, and track targets of interest in various operational environments. The system likely integrates sophisticated sensors, including Lidar, along with data processing and communication modules, to enhance battlefield awareness and intelligence gathering for ground forces. The specific configuration and capabilities would depend on the Army's evolving requirements for tactical ISR support.
How does the $21.2 million contract value compare to historical spending on similar M-LIDS systems or related ISR technologies?
Without access to historical procurement data specifically for M-LIDS or highly comparable systems, a direct comparison is difficult. However, $21.2 million for a system involving advanced Lidar, ISR, and associated software/hardware suggests a significant investment. The value is moderate within the context of major defense acquisition programs but substantial for a single system procurement. Benchmarking against other ISR platform contracts, especially those involving sensor integration and mobile deployment, would be necessary for a more precise assessment of value for money.
What are the key performance metrics and deliverables expected under this contract, and how will they be measured?
Key performance metrics and deliverables are not explicitly detailed in the provided data. However, for an M-LIDS system, expected deliverables would likely include the fully integrated and functional M-LIDS units, along with associated documentation (technical manuals, training materials), and potentially initial operational support. Performance metrics would focus on system reliability, accuracy of detection and tracking, operational range, data processing speed, and environmental resilience. The Department of the Army's quality assurance representatives would be responsible for monitoring and verifying that these metrics are met throughout the contract period.
What is DRS SUSTAINMENT SYSTEMS, INC.'s track record with the Department of Defense, particularly in delivering complex ISR or sensor systems?
DRS SUSTAINMENT SYSTEMS, INC., a subsidiary of Leonardo DRS, has a significant track record with the Department of Defense, supplying a wide range of advanced technologies and support services. They are known for their work in areas such as electro-optical/infrared systems, C4ISR (Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance) solutions, and other specialized defense electronics. Their experience in delivering complex systems suggests a capability to handle the technical demands of the M-LIDS contract, although specific past performance on Lidar-based ISR systems would require deeper investigation.
Given the sole-source nature, what steps were taken to ensure fair and reasonable pricing?
In sole-source procurements, the government must still ensure fair and reasonable pricing. This typically involves obtaining cost and pricing data from the sole-source contractor and conducting a thorough analysis. Methods may include comparing the proposed prices to historical prices for similar items, analyzing the contractor's cost estimates, or using independent government cost estimates. For a contract like this, the Defense Contract Audit Agency (DCAA) might be involved in auditing the contractor's cost proposals to verify their accuracy and allowability before the final price is negotiated and agreed upon.
What are the potential risks associated with the Cost Plus Fixed Fee (CPFF) contract type for this specific procurement?
The primary risk with a CPFF contract is that the contractor is reimbursed for all allowable costs incurred, plus a fixed fee representing profit. While the fixed fee provides some incentive for the contractor to control costs (as it doesn't increase with higher costs), the government bears the risk of cost overruns. If the contractor's actual costs exceed their estimates, the government pays the difference. This structure can be less cost-effective for the government compared to fixed-price contracts, especially if the scope of work is not well-defined or if there are unforeseen technical challenges, which are common in advanced technology procurements like this.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leonardo SPA
Address: 4201 INNOVATION WAY, BRIDGETON, MO, 63044
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: $21,179,727
Exercised Options: $21,179,727
Current Obligation: $21,179,727
Subaward Activity
Number of Subawards: 4
Total Subaward Amount: $5,712,386
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: W31P4Q20D0031
IDV Type: IDC
Timeline
Start Date: 2025-07-25
Current End Date: 2026-05-28
Potential End Date: 2026-05-28 12:05:00
Last Modified: 2025-09-16
More Contracts from DRS Sustainment Systems, Inc
- THE Purpose of This NEW Undefinitized Contract IS to Procure 146 Each Abrams Active Protection Systems, 826 Each Abrams Countermeasures, and 27 Kits of the Abrams Calibration/Maintenance Kits for the Department of the Army and the United States Marine Corps — $431.6M (Department of Defense)
- LOW Rate Initial Production/Full Rate Production for the Joint Assault Bridge — $397.7M (Department of Defense)
- Procurement of 274 Each M1000 Trailers — $104.8M (Department of Defense)
- This Task Order IS for Capability Development Document Increment-1, Procurement of 10 Configuration B Vehicles and Associated Spares — $103.3M (Department of Defense)
- M1200 Service Technical Support — $100.7M (Department of Defense)
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)