DoD awards $54.3M for LAV long lead time material, raising questions on competition and value
Contract Overview
Contract Amount: $54,319,752 ($54.3M)
Contractor: Canadian Commercial Corporation
Awarding Agency: Department of Defense
Start Date: 2013-06-24
End Date: 2019-03-31
Contract Duration: 2,106 days
Daily Burn Rate: $25.8K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST NO FEE
Sector: Defense
Official Description: LONG LEAD TIME MATERIAL TO SUPPORT THE MOBILITY AND OBSOLECENCE PROGRAM FOR THE LAVS.
Plain-Language Summary
Department of Defense obligated $54.3 million to CANADIAN COMMERCIAL CORPORATION for work described as: LONG LEAD TIME MATERIAL TO SUPPORT THE MOBILITY AND OBSOLECENCE PROGRAM FOR THE LAVS. Key points: 1. Contract awarded on a non-competitive basis, limiting price discovery and potentially increasing costs. 2. Significant contract duration of 2106 days (over 5 years) suggests a long-term need for critical components. 3. The award to a foreign government entity (Canadian Commercial Corporation) warrants scrutiny of procurement processes. 4. Focus on 'long lead time material' indicates a strategic effort to maintain readiness and address obsolescence. 5. The contract type (Cost No Fee) offers limited incentive for cost control by the contractor. 6. Lack of small business participation noted, with no set-aside or subcontracting requirements mentioned.
Value Assessment
Rating: questionable
Benchmarking the value of this contract is challenging due to its non-competitive nature and the specific focus on long lead time material. The Cost No Fee contract type provides minimal incentive for the contractor to manage costs effectively, potentially leading to a higher overall expenditure than a fixed-price or incentive-based contract. Without competitive bids, it's difficult to ascertain if the $54.3 million represents a fair market price for the required components and services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning there was no open competition. The justification for this approach is not detailed in the provided data. Sole-source awards can be necessary for unique capabilities or urgent needs, but they also reduce the government's ability to leverage market competition to secure the best possible pricing and terms.
Taxpayer Impact: The lack of competition means taxpayers may not be benefiting from the most cost-effective pricing available in the market. This can lead to higher overall spending for essential defense materiel.
Public Impact
The primary beneficiaries are the U.S. Army's Mobility and Obsolescence Program, ensuring the continued operational readiness of Light Armored Vehicles (LAVs). The contract delivers critical long lead time materials necessary for the sustainment and modernization of LAV fleets. Geographic impact is primarily within the defense industrial base, supporting specialized manufacturing capabilities. Workforce implications are likely concentrated within the specific manufacturing sectors involved in producing these specialized components.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Non-competitive award limits price discovery and potential cost savings for taxpayers.
- Cost No Fee contract type offers weak cost control incentives for the contractor.
- Award to a foreign government entity raises questions about procurement transparency and oversight.
- Lack of small business involvement means missed opportunities for economic inclusion and potential innovation.
Positive Signals
- Addresses critical 'long lead time material' needs, crucial for maintaining military readiness.
- Supports the sustainment and modernization of essential Light Armored Vehicles (LAVs).
- Contract duration indicates a strategic, long-term commitment to a vital defense capability.
Sector Analysis
This contract falls within the defense industrial base, specifically supporting the manufacturing and sustainment of armored vehicles. The market for such specialized components is often limited, with a few key suppliers possessing the necessary expertise and facilities. The $54.3 million award is a significant investment in maintaining the operational readiness and addressing obsolescence issues for the LAV fleet, a critical asset for ground forces.
Small Business Impact
The data indicates no small business set-aside or subcontracting requirements for this contract. This suggests that the procurement was not structured to specifically benefit small businesses, potentially limiting their access to this segment of the defense supply chain. Opportunities for small business participation may have been overlooked, impacting the broader small business ecosystem within the defense industrial base.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Defense's contracting and financial management oversight mechanisms. Given the award to a foreign government entity, additional intergovernmental agreements and oversight protocols may be in place. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply to any allegations of fraud, waste, or abuse.
Related Government Programs
- Light Armored Vehicle (LAV) Sustainment Programs
- Defense Logistics Agency (DLA) Materiel Management
- Department of Defense Industrial Base Modernization Initiatives
- Foreign Military Sales (FMS) Support
Risk Flags
- Sole-source award
- Cost-plus contract type (Cost No Fee)
- Award to foreign government entity
- Lack of small business participation
Tags
defense, department-of-defense, department-of-the-army, definitive-contract, not-competed, sole-source, cost-no-fee, long-lead-time-material, lav, armored-vehicle-manufacturing, canadian-commercial-corporation, us-army
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $54.3 million to CANADIAN COMMERCIAL CORPORATION. LONG LEAD TIME MATERIAL TO SUPPORT THE MOBILITY AND OBSOLECENCE PROGRAM FOR THE LAVS.
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 $54.3 million.
What is the period of performance?
Start: 2013-06-24. End: 2019-03-31.
What is the specific nature of the 'long lead time material' being procured for the LAVs, and why is it critical?
The 'long lead time material' refers to components or raw materials that require extended manufacturing or procurement periods, often due to complex production processes, specialized tooling, or limited supplier availability. For the Light Armored Vehicles (LAVs), this material is critical for ensuring the continuous operational readiness and addressing obsolescence issues within the fleet. Procuring these items well in advance allows the Department of the Army to maintain sufficient inventory, avoid production delays, and ensure that LAVs can be effectively maintained and upgraded to meet evolving mission requirements. Without timely acquisition of these long lead items, the Army risks facing significant gaps in vehicle availability and operational capability.
What are the implications of awarding this contract to the Canadian Commercial Corporation (CCC) on a sole-source basis?
Awarding this contract to the Canadian Commercial Corporation (CCC) on a sole-source basis has several implications. Firstly, it bypasses the standard competitive bidding process available to U.S. contractors, potentially limiting opportunities for domestic small and large businesses. Secondly, it suggests that the CCC may be the sole or most viable entity capable of providing the specific long lead time material, possibly due to unique agreements or capabilities. While CCC facilitates government-to-government procurement, the lack of competition means the Department of Defense (DoD) could not leverage market forces to potentially achieve better pricing or terms. This necessitates a thorough review of the justification for sole-sourcing and the pricing structure to ensure value for U.S. taxpayers.
How does the 'Cost No Fee' contract type affect cost control and contractor performance?
The 'Cost No Fee' (CNF) contract type is generally used when the scope of work is uncertain or when the contractor's ability to control costs is limited, and profit is not a primary motivator. In this case, the contractor (CCC) is reimbursed for all allowable costs but receives no fee or profit. This structure provides minimal incentive for the contractor to manage costs efficiently, as their profit is not tied to cost savings. While it ensures that the government covers all necessary expenses to obtain the critical materials, it places a greater burden on the government's oversight to scrutinize costs and ensure they are reasonable and allocable. This contrasts with fixed-price contracts, which incentivize contractors to minimize costs to maximize profit, or cost-plus-incentive-fee contracts, which offer rewards for meeting cost targets.
What is the historical spending pattern for LAV long lead time material, and how does this $54.3M award compare?
Historical spending data for 'LAV long lead time material' specifically is not provided in this context, making a direct comparison difficult. However, the $54.3 million award represents a substantial investment over the contract's duration of approximately 5.75 years (2106 days). This suggests a significant and ongoing requirement for these specialized components. Without prior contract data for similar procurements, it's challenging to determine if this amount is consistent with past expenditures or represents an increase. Future analysis would benefit from examining historical spending on LAV sustainment and component procurement to establish a baseline for evaluating the cost-effectiveness of this award.
What are the potential risks associated with a sole-source award of this magnitude for long lead time materials?
A sole-source award of $54.3 million for long lead time materials carries several potential risks. Firstly, the lack of competition can lead to inflated pricing, as the government cannot leverage market dynamics to secure the best value. Secondly, reliance on a single source, especially a foreign government entity like the CCC, can create supply chain vulnerabilities and dependencies. If the CCC faces production issues, geopolitical challenges, or changes in its own priorities, it could disrupt the supply of critical materials to the U.S. Army. Furthermore, the 'Cost No Fee' structure offers limited contractor incentive for cost efficiency, increasing the risk of cost overruns that are borne by the government. Robust government oversight is crucial to mitigate these risks.
Industry Classification
NAICS: Manufacturing › Other Transportation Equipment Manufacturing › Military Armored Vehicle, Tank, and Tank Component Manufacturing
Product/Service Code: VEHICULAR EQUIPMENT COMPONENTS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: W56HZV13R0144
Offers Received: 1
Pricing Type: COST NO FEE (S)
Evaluated Preference: NONE
Contractor Details
Parent Company: Government of Canada
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: $60,986,816
Exercised Options: $54,319,752
Current Obligation: $54,319,752
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2013-06-24
Current End Date: 2019-03-31
Potential End Date: 2019-03-31 00:00:00
Last Modified: 2025-04-22
More Contracts from Canadian Commercial Corporation
- Lav-25(s) A2 - 4TH BDE — $2.3B (Department of Defense)
- Ukraine: Increase Production Capacity of M31-Type Triple Base Propellant — $628.5M (Department of Defense)
- 200012!2100!000579!AE07 !tacom - Warren !daae0700cx075 !A!*!* !19991228!20031231!207884594!207884594!241015486!n!98247!canadian Commercial Corporatio!50 O Connor ST STE 1100 !ottawa !ca!k1a 0!* !* !CA!* !* !canada !0001!+000428181983!y!n!000000000000!2320!trucks and Truck Tractors, Wheeled !a4a!combat Vehicles !1djm!light Armored Vehicle (LAV) !3695!3!*!*!*!b!n!z!d !u!u!1!001!n!1a!z!y!z!b !ca!n!l!*!*!*!a!a!a!a!* !*!n!a!b!n!*!*!*!*!*! — $469.1M (Department of Defense)
- 199809!2100!2789!AB07 !USA Comm-Electronics Command !daab0798cf505 !A!*!* !19980623!20080930!207884594!207884594!241015486!n!98247!canadian Commercial Corporatio!50 O Connor ST STE 1100 !ottawa !ca!k1a 0!* !* !CA!* !* !canada !0001!+000013975495!n!n!000000000000!5820!radio & TV Comm Equipment, Except Airborne !A7 !electronics and Communication !1000!NOT Discernable or Classified !3663!3!*!*!*!B!A!*!A !N!J!2!003!B!* !Z!N!A!* !* !n!l!*!*!*!a!a!a!*!* !*!n!a!b!n!*!*!*!*!*! — $433.3M (Department of Defense)
- 82 Lav's in Support of FMS Case Sr-B-Vtd — $288.2M (Department of Defense)
View all Canadian Commercial Corporation 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)