Department of Defense awards $40.6M for armored vehicle upgrade kits, raising questions about competition and value

Contract Overview

Contract Amount: $40,640,469 ($40.6M)

Contractor: Canadian Commercial Corporation

Awarding Agency: Department of Defense

Start Date: 2009-03-31

End Date: 2011-05-13

Contract Duration: 773 days

Daily Burn Rate: $52.6K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: PURCHASE OF UPGRADE PROTECTION KITS.

Plain-Language Summary

Department of Defense obligated $40.6 million to CANADIAN COMMERCIAL CORPORATION for work described as: PURCHASE OF UPGRADE PROTECTION KITS. Key points: 1. The contract was awarded on a non-competitive basis, limiting price discovery and potentially increasing costs. 2. The Canadian Commercial Corporation is the prime contractor, indicating potential international sourcing and complex supply chains. 3. The contract duration of 773 days suggests a significant project with potential for cost overruns if not managed effectively. 4. The firm-fixed-price contract type offers some cost certainty but does not mitigate risks associated with a lack of competition. 5. The specific upgrade protection kits are for military armored vehicles, highlighting a critical defense capability. 6. The award date of 2009 suggests this is a historical contract, and current market conditions may differ significantly.

Value Assessment

Rating: questionable

Benchmarking the value of this contract is challenging due to its non-competitive nature and the specific, potentially niche, nature of the upgrade kits. Without competing offers, it's difficult to ascertain if the $40.6 million price represents a fair market value. The firm-fixed-price structure provides some predictability, but the absence of competitive pressure means there's less assurance of optimal pricing. Further analysis would require understanding the specific technical requirements and comparing them to similar upgrade projects, if available, or to the cost of the base vehicles themselves.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a 'NOT COMPETED' basis, meaning there was no open competition among potential vendors. This approach is typically used when only one source can fulfill the requirement, or in urgent situations. The lack of competition means that multiple bidders were not evaluated, and the government did not benefit from the price reductions and innovation that typically arise from a competitive bidding process.

Taxpayer Impact: Taxpayers may have paid a premium for these upgrade kits due to the absence of competitive bidding, which could have driven down prices. The government missed an opportunity to leverage market forces to secure the best possible value.

Public Impact

The primary beneficiaries are the military units operating armored vehicles that will receive these upgrade protection kits. The services delivered involve the procurement and likely installation of specialized kits to enhance vehicle survivability. The geographic impact is likely concentrated within military operational areas or depots where these vehicles are stationed or maintained. Workforce implications could include specialized technicians for installation and maintenance, as well as personnel involved in the supply chain and logistics.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition may lead to inflated prices.
  • Potential for vendor lock-in due to specialized nature of kits.
  • Oversight challenges for a non-competed international contract.
  • Risk of obsolescence if upgrade technology outpaces the vehicle's lifecycle.

Positive Signals

  • Firm-fixed-price contract provides cost certainty for the awarded amount.
  • Focus on critical defense capabilities enhances soldier protection.
  • Canadian Commercial Corporation's involvement may indicate established international procurement channels.

Sector Analysis

This contract falls within the Defense Industrial Base sector, specifically focusing on manufacturing and upgrades for military vehicles. The market for armored vehicle components and upgrades is specialized, often involving a limited number of manufacturers with the necessary expertise and security clearances. Spending in this area is driven by evolving threats and the need to maintain the effectiveness and survivability of aging vehicle fleets. Comparable spending benchmarks would typically involve other vehicle modernization programs or the procurement of similar protective systems.

Small Business Impact

There is no indication that this contract involved small business set-asides or subcontracting opportunities. The prime contractor, Canadian Commercial Corporation, is a government agency, and the nature of the specialized upgrade kits suggests that the work may have been performed by larger, specialized manufacturers or directly by the Canadian government entity. This contract does not appear to have been structured to specifically benefit the small business ecosystem.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Defense's contracting and program management offices. Given the international nature of the prime contractor, additional oversight may be provided by the Defense Contract Management Agency (DCMA) or equivalent international partners. Transparency is limited due to the sole-source award. Accountability would be tied to the terms of the firm-fixed-price contract and the delivery of the specified upgrade kits.

Related Government Programs

  • Military Armored Vehicle Manufacturing
  • Defense Procurement
  • Vehicle Modernization Programs
  • Protection Systems for Military Equipment

Risk Flags

  • Non-competitive award
  • Potential for overpricing
  • International contractor complexity
  • Lack of detailed technical specification

Tags

defense, department-of-defense, department-of-the-army, not-competed, sole-source, firm-fixed-price, large-contract, military-vehicles, upgrade-kits, canadian-commercial-corporation, 2009-award, north-america

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $40.6 million to CANADIAN COMMERCIAL CORPORATION. PURCHASE OF UPGRADE PROTECTION KITS.

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 $40.6 million.

What is the period of performance?

Start: 2009-03-31. End: 2011-05-13.

What specific type of upgrade protection kits were purchased, and what threat environment were they designed to counter?

The provided data does not specify the exact nature of the 'upgrade protection kits.' However, given the context of 'Military Armored Vehicle, Tank, and Tank Component Manufacturing,' these kits likely relate to enhancing the ballistic protection, mine resistance, or electronic countermeasures of existing armored vehicles. The threat environment would typically be dictated by contemporary battlefield conditions, such as improvised explosive devices (IEDs), rocket-propelled grenades (RPGs), and advanced anti-tank munitions. Without more detailed contract documentation, the precise threat mitigation capabilities remain unspecified.

Why was this contract awarded on a sole-source basis instead of through full and open competition?

The contract was awarded on a 'NOT COMPETED' basis, which is a form of sole-source procurement. Common justifications for sole-sourcing include that only one responsible source is available, or that urgent and compelling circumstances necessitate it. For specialized military hardware like upgrade kits for armored vehicles, it's possible that only a specific manufacturer possessed the proprietary technology, unique manufacturing capabilities, or necessary security clearances to produce the required kits. Alternatively, a critical operational need might have precluded the time required for a competitive solicitation process. The specific justification for this sole-source award is not detailed in the provided data.

What is the track record of the Canadian Commercial Corporation (CCC) in supplying defense equipment to the U.S. Department of Defense?

The Canadian Commercial Corporation (CCC) acts as an intermediary, helping foreign governments and organizations procure goods and services from Canadian suppliers. While CCC itself is not a manufacturer, it facilitates government-to-government procurement. Its track record with the U.S. Department of Defense would be characterized by its ability to manage complex international contracts, ensure compliance with U.S. defense procurement regulations, and deliver quality products from Canadian vendors. The CCC has a long history of facilitating such transactions, often for specialized equipment where Canadian industry has a competitive advantage. This specific contract for upgrade kits represents one such transaction.

How does the $40.6 million contract value compare to other spending on armored vehicle upgrades within the Department of Defense?

Comparing this $40.6 million contract to other Department of Defense (DoD) spending on armored vehicle upgrades requires broader data on similar procurements. The DoD spends billions annually on vehicle modernization and protection systems. This particular contract, while substantial, might represent a moderate investment depending on the scale of the upgrade program and the number of vehicles affected. Without access to a comprehensive database of comparable contracts, it's difficult to definitively benchmark this specific award. However, large-scale fleet-wide upgrades can easily run into hundreds of millions or even billions of dollars, suggesting this contract might be for a specific component, a limited fleet, or a particular technological enhancement.

What are the potential risks associated with a firm-fixed-price contract awarded non-competitively for specialized military hardware?

A firm-fixed-price (FFP) contract aims to provide cost certainty by fixing the price regardless of the contractor's actual costs. However, when awarded non-competitively, the primary risk is that the fixed price may be higher than it would have been under competitive conditions. The government bears the risk of scope creep if not managed tightly, but the contractor bears the risk of cost overruns. For specialized military hardware, there's also the risk of obsolescence if the technology rapidly advances, or if the specific solution doesn't perform as expected in the field, leading to potential future costs for retrofits or replacements. The lack of competition exacerbates the risk of paying an inflated price for potentially suboptimal solutions.

Industry Classification

NAICS: ManufacturingOther Transportation Equipment ManufacturingMilitary Armored Vehicle, Tank, and Tank Component Manufacturing

Product/Service Code: MOTOR VEHICLES, CYCLES, TRAILERS

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: W56HZV09R0080

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Government of Canada (UEI: 241015486)

Address: 50 O'CONNOR ST SUITE 1100, OTTAWA

Business Categories: Category Business, Foreign Government, Not Designated a Small Business, Special Designations

Financial Breakdown

Contract Ceiling: $40,640,469

Exercised Options: $40,640,469

Current Obligation: $40,640,469

Contract Characteristics

Cost or Pricing Data: YES

Timeline

Start Date: 2009-03-31

Current End Date: 2011-05-13

Potential End Date: 2011-05-13 00:00:00

Last Modified: 2011-05-27

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