DoD's $288M contract for 82 LAVs to Canadian Commercial Corporation raises questions on value and competition

Contract Overview

Contract Amount: $288,218,403 ($288.2M)

Contractor: Canadian Commercial Corporation

Awarding Agency: Department of Defense

Start Date: 2010-12-20

End Date: 2020-08-31

Contract Duration: 3,542 days

Daily Burn Rate: $81.4K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: 82 LAV'S IN SUPPORT OF FMS CASE SR-B-VTD

Plain-Language Summary

Department of Defense obligated $288.2 million to CANADIAN COMMERCIAL CORPORATION for work described as: 82 LAV'S IN SUPPORT OF FMS CASE SR-B-VTD Key points: 1. The contract's significant value warrants a closer look at cost-effectiveness and potential for better pricing. 2. Limited competition for this large defense procurement may have impacted price discovery and taxpayer value. 3. The long duration of the contract (over 9 years) suggests a need to assess performance stability and evolving requirements. 4. The absence of a specific Product Service Code (PSC) makes direct benchmarking challenging. 5. This procurement falls within the broader category of armored vehicle manufacturing, a critical but specialized defense sector. 6. The contract's sole-source nature raises concerns about the government's ability to secure competitive pricing.

Value Assessment

Rating: questionable

The total contract value of over $288 million for 82 Light Armored Vehicles (LAVs) represents a substantial investment. Without specific per-unit cost data or comparisons to similar procurements, it is difficult to definitively assess value for money. However, the lack of competition suggests that the government may not have achieved the most favorable pricing possible. Benchmarking against other LAV procurements or similar armored vehicle acquisitions would be necessary for a more robust evaluation.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded under a sole-source basis, meaning it was not competed openly. The Canadian Commercial Corporation (CCC) was the sole provider, likely due to specific intergovernmental agreements or unique capabilities. This limited competition means that potential alternative suppliers were not considered, which can lead to higher prices and reduced innovation compared to a fully competed process.

Taxpayer Impact: The sole-source nature of this award means taxpayers did not benefit from the price reductions and efficiencies typically driven by a competitive bidding process.

Public Impact

The primary beneficiaries are the Department of Defense and its operational units requiring armored personnel carriers. The contract delivers 82 Light Armored Vehicles (LAVs), crucial for troop mobility and protection in various operational environments. The geographic impact is primarily within the Department of Defense's operational theaters, though the vehicles are manufactured in Canada. This contract supports specialized manufacturing jobs within the defense industrial base, particularly in Canada through the CCC.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits price competition and potentially increases costs for taxpayers.
  • Long contract duration (over 9 years) increases risk of cost overruns and performance issues.
  • Lack of specific Product Service Code (PSC) hinders detailed performance and cost analysis.
  • Reliance on a single foreign entity for critical defense equipment raises supply chain security concerns.

Positive Signals

  • Delivery of 82 LAVs addresses a specific military requirement for armored mobility.
  • The Canadian Commercial Corporation is an established entity for facilitating international defense procurement.
  • Firm Fixed Price contract type provides cost certainty for the government, assuming no change orders.

Sector Analysis

This contract falls within the 'Military Armored Vehicle, Tank, and Tank Component Manufacturing' sector. This is a highly specialized segment of the defense industrial base, characterized by high barriers to entry, significant R&D investment, and long production cycles. Global spending on armored vehicles is substantial, driven by geopolitical factors and the need for modern military capabilities. Comparable spending benchmarks would involve other large-scale armored vehicle procurements by various nations.

Small Business Impact

There is no indication that this contract involved small business set-asides or subcontracting opportunities. As a sole-source award to a foreign government entity (Canadian Commercial Corporation), the focus was likely on fulfilling a specific government-to-government requirement rather than promoting domestic small business participation.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Defense's contracting and program management offices. Accountability measures would be defined by the contract terms, including delivery schedules and specifications. Transparency is limited due to the sole-source nature and the involvement of a foreign government entity. Inspector General jurisdiction would apply to any allegations of fraud, waste, or abuse related to the contract.

Related Government Programs

  • Armored Vehicle Procurement
  • Foreign Military Sales
  • Defense Logistics Agency Contracts
  • Tactical Vehicle Acquisition Programs

Risk Flags

  • Sole Source Award
  • Long Contract Duration
  • Potential for High Unit Cost
  • Limited Competition

Tags

defense, department-of-defense, department-of-the-army, armored-vehicle-manufacturing, definitive-contract, firm-fixed-price, sole-source, canadian-commercial-corporation, light-armored-vehicle, international-procurement

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $288.2 million to CANADIAN COMMERCIAL CORPORATION. 82 LAV'S IN SUPPORT OF FMS CASE SR-B-VTD

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 $288.2 million.

What is the period of performance?

Start: 2010-12-20. End: 2020-08-31.

What is the specific justification for awarding this contract on a sole-source basis to the Canadian Commercial Corporation?

The provided data indicates the contract was 'NOT AVAILABLE FOR COMPETITION' and awarded to the Canadian Commercial Corporation (CCC). Typically, sole-source awards are justified under specific circumstances outlined in federal acquisition regulations, such as when only one responsible source can provide the required supplies or services, or when there is a compelling urgency. In this case, it is highly probable that the procurement was facilitated through an intergovernmental agreement between the U.S. Department of Defense and the Canadian government, with CCC acting as the contracting agent for Canadian defense exports. This often occurs when specific defense articles are produced exclusively by Canadian industry or when there are established cooperative defense production agreements.

How does the per-unit cost of these LAVs compare to similar vehicles procured by the U.S. military or allied nations?

The total contract value is $288,218,403.03 for 82 LAVs, which equates to approximately $3,514,858 per vehicle. Direct comparison is challenging without knowing the exact LAV variant, specifications, and included support packages. However, this figure appears to be on the higher end for light armored vehicles. For context, other LAV or similar armored personnel carrier programs have seen per-unit costs ranging from $1 million to over $5 million, depending heavily on the platform's complexity, survivability features, and mission role. The lack of competition for this specific contract suggests that a thorough benchmarking exercise against available market alternatives was likely not performed, potentially leading to a less favorable per-unit cost for the taxpayer.

What are the key performance indicators (KPIs) and delivery milestones associated with this contract, and has the contractor met them?

The provided data includes a start date of 2010-12-20 and an end date of 2020-08-31, indicating a contract duration of approximately 9 years (3542 days). While the contract type is 'FIRM FIXED PRICE,' suggesting defined cost expectations, specific performance indicators and delivery milestones are not detailed in the summary data. Assessing contractor performance would require access to contract line item details, delivery schedules, acceptance records, and any modifications or claims filed. Given the long duration, it is plausible that multiple delivery phases were established. Without further documentation, it's impossible to definitively state whether all milestones were met without issue.

What is the track record of the Canadian Commercial Corporation as a defense contractor for the U.S. Department of Defense?

The Canadian Commercial Corporation (CCC) acts as a government-to-government contracting agency for Canadian exporters. Its track record with the U.S. Department of Defense is generally positive in facilitating the procurement of Canadian defense equipment. CCC leverages its status to streamline contracting processes, often working within established international agreements. While CCC itself is not a manufacturer, it has a history of successfully managing complex defense procurements for the U.S. DoD, ensuring compliance with U.S. regulations and delivery requirements. This specific contract for LAVs is an example of such a facilitated procurement, likely chosen for its ability to navigate the complexities of sourcing from a foreign government entity.

Are there any significant risks associated with the long-term sustainment and maintenance of these LAVs, given the procurement method?

The long duration of the contract (over 9 years) and its sole-source nature do present potential long-term sustainment and maintenance risks. If the Canadian Commercial Corporation is the primary or sole channel for obtaining spare parts, technical support, and specialized maintenance services for these specific LAVs, the U.S. Department of Defense could face challenges in securing competitive pricing for sustainment over the vehicles' lifecycle. Dependence on a single source can lead to price escalations, limited availability of parts, and potential difficulties in accessing necessary technical expertise, especially if the original manufacturer's production lines change or cease. This underscores the importance of robust long-term sustainment planning and potentially negotiating favorable terms for post-delivery support upfront.

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 AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: W56HZV11R0025

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: $288,218,403

Exercised Options: $288,218,403

Current Obligation: $288,218,403

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2010-12-20

Current End Date: 2020-08-31

Potential End Date: 2020-08-31 12:08:00

Last Modified: 2021-04-20

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