DoD awards $29.4M for LAV electrical system kits, a sole-source contract with potential value concerns

Contract Overview

Contract Amount: $29,369,405 ($29.4M)

Contractor: Canadian Commercial Corporation

Awarding Agency: Department of Defense

Start Date: 2020-09-23

End Date: 2024-02-01

Contract Duration: 1,226 days

Daily Burn Rate: $24.0K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: ELECTRICAL SYSTEM MODIFICATION KITS FOR LIGHT ARMORED VEHICLES

Plain-Language Summary

Department of Defense obligated $29.4 million to CANADIAN COMMERCIAL CORPORATION for work described as: ELECTRICAL SYSTEM MODIFICATION KITS FOR LIGHT ARMORED VEHICLES Key points: 1. The contract's value is substantial for specialized vehicle components. 2. Sole-source procurement raises questions about price competitiveness. 3. The duration of the contract suggests a long-term need for these kits. 4. Performance risk appears moderate given the nature of the components. 5. This contract supports the sustainment of existing light armored vehicles. 6. The awardee is a foreign government agency, indicating unique sourcing.

Value Assessment

Rating: questionable

Benchmarking the value of these specialized electrical system modification kits is challenging due to the sole-source nature of the award and the unique supplier. Without competitive bids, it's difficult to ascertain if the $29.4 million represents a fair market price. The contract's duration of over 1000 days also means the total expenditure could be significantly higher than initially apparent, warranting close monitoring of spending against milestones. The absence of competition limits the government's ability to negotiate favorable terms.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning only one vendor was solicited. The Canadian Commercial Corporation, acting as an intermediary for a Canadian manufacturer, was the sole provider. This approach bypasses the standard competitive bidding process, which typically involves multiple vendors vying for the contract. While sole-source awards can be justified in specific circumstances, they generally lead to less price discovery and potentially higher costs for the government.

Taxpayer Impact: Taxpayers may be paying a premium due to the lack of competition. Without bids from other suppliers, there is no market pressure to drive down prices, potentially resulting in a less cost-effective acquisition for the Department of Defense.

Public Impact

The primary beneficiaries are the U.S. Army units operating Light Armored Vehicles (LAVs). The contract delivers essential electrical system modification kits, crucial for vehicle functionality and modernization. The geographic impact is likely concentrated where LAV units are stationed or deployed. Workforce implications may involve specialized technicians for installation and maintenance of these kits.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits price competition and potentially increases costs.
  • Lack of transparency in the selection process due to sole-sourcing.
  • Potential for cost overruns given the extended contract duration and fixed-price nature.
  • Dependence on a single foreign supplier for critical vehicle components.

Positive Signals

  • Ensures continued operational readiness of LAV fleet through necessary upgrades.
  • Award to a trusted allied nation's commercial entity can foster international cooperation.
  • Firm fixed-price contract provides cost certainty for the base award amount.

Sector Analysis

The defense industrial base relies on specialized component manufacturers for vehicle sustainment. This contract falls within the broader sector of defense manufacturing, specifically focusing on vehicle electronics and modifications. The market for such niche components is often limited, with few suppliers capable of meeting stringent military specifications. The award to a foreign entity via a government-to-government agreement highlights the global nature of defense supply chains for specialized equipment.

Small Business Impact

This contract does not appear to include specific small business set-asides. The award was made to the Canadian Commercial Corporation, a foreign government agency, which typically does not engage in subcontracting with U.S. small businesses for this type of procurement. Therefore, there is likely no direct positive impact on the U.S. small business ecosystem from this specific award.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of the Army's contracting and program management offices. Given the sole-source nature and foreign awardee, oversight would focus on ensuring delivery of specified kits, adherence to quality standards, and proper financial management. Transparency is limited due to the non-competitive award, but contract performance reports and financial tracking mechanisms would be in place. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

  • Light Armored Vehicle (LAV) Sustainment Programs
  • Department of Defense Vehicle Modernization Contracts
  • Foreign Military Sales (FMS) related procurements
  • Tactical Vehicle Component Manufacturing

Risk Flags

  • Sole-source award
  • Foreign supplier dependency
  • Lack of competitive pricing data

Tags

defense, department-of-defense, department-of-the-army, light-armored-vehicles, electrical-system-modification, definitive-contract, firm-fixed-price, sole-source, canadian-commercial-corporation, vehicle-manufacturing, vehicle-electrical-and-electronic-equipment-manufacturing

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $29.4 million to CANADIAN COMMERCIAL CORPORATION. ELECTRICAL SYSTEM MODIFICATION KITS FOR LIGHT ARMORED VEHICLES

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 $29.4 million.

What is the period of performance?

Start: 2020-09-23. End: 2024-02-01.

What is the track record of the Canadian Commercial Corporation (CCC) in supplying similar defense components to the U.S. military?

The Canadian Commercial Corporation (CCC) acts as a facilitator for Canadian companies exporting goods and services to foreign governments. While CCC itself is a government agency, its track record is tied to the performance of the underlying Canadian manufacturers it represents. Information on CCC's specific history supplying electrical system modification kits for LAVs to the U.S. Army is not readily available in public contract databases. However, CCC has a long history of facilitating defense procurements for allies, including the U.S., often leveraging established relationships and ensuring compliance with international trade agreements. The success of this particular contract would depend on the specific manufacturer's capabilities and past performance, which would have been assessed by the Army prior to the sole-source justification.

How does the $29.4 million contract value compare to historical spending on similar LAV electrical system modifications?

Direct historical comparisons for this specific 'ELECTRICAL SYSTEM MODIFICATION KITS FOR LIGHT ARMORED VEHICLES' are difficult to establish due to the sole-source nature of this award and the specialized, potentially unique, nature of the modifications. Publicly available data often aggregates spending at higher levels (e.g., total LAV sustainment). If this is a new modification kit or a sole-source sole-provider situation, historical price benchmarks may not exist. However, the $29.4 million over approximately four years (based on start and end dates) suggests an average annual spend of roughly $7.35 million. Without competitive bids, it's impossible to definitively state if this is high or low relative to a competitive market price. The Army would have conducted some form of price analysis, even for a sole-source award, to ensure reasonableness, but the methodology and data used are not public.

What are the primary risks associated with a sole-source award for critical vehicle components like these electrical kits?

The primary risks associated with a sole-source award for critical vehicle components are significant. Firstly, the lack of competition means the government cannot leverage market forces to achieve the lowest possible price, potentially leading to higher costs for taxpayers. Secondly, there's a reduced incentive for the sole provider to innovate or improve efficiency, as they face no direct competitive threat. Thirdly, the government becomes highly dependent on a single supplier, creating vulnerability if that supplier experiences production issues, financial instability, or geopolitical disruptions. This dependence can also limit flexibility in adapting to new technological requirements or changing operational needs. Finally, the justification process for sole-source awards can sometimes be opaque, raising concerns about fairness and potential favoritism, although in this case, it involves a government-to-government agreement.

How effective is the Canadian Commercial Corporation (CCC) in ensuring value for money when acting as an intermediary for defense procurements?

The effectiveness of the Canadian Commercial Corporation (CCC) in ensuring value for money is generally considered good, particularly within the context of government-to-government procurement. CCC's mandate includes ensuring that Canadian exports meet the requirements of the buying nation and that transactions are conducted professionally and ethically. For value for money, CCC typically relies on the competitive processes undertaken by the Canadian supplier to win the contract in the first place, or it may conduct its own due diligence. However, in a sole-source scenario like this one, CCC's role shifts more towards facilitating the transaction and ensuring contractual compliance rather than driving down prices through competition. The ultimate value for money is heavily influenced by the initial justification for sole-sourcing and the pricing negotiated by the U.S. Army with the Canadian entity.

What are the potential performance implications if the Canadian supplier faces supply chain disruptions for the components needed for these modification kits?

Supply chain disruptions for the Canadian supplier could have significant performance implications for the U.S. Army's Light Armored Vehicles. As this is a sole-source contract, the Army has limited alternative options for obtaining these specific electrical system modification kits. Disruptions could lead to delays in vehicle upgrades or repairs, impacting operational readiness and deployment schedules. The extended contract duration (over 1000 days) suggests these kits are critical for ongoing operations or modernization efforts. If the supplier faces issues with raw materials, manufacturing capacity, or international logistics, the Army might experience shortages, forcing it to potentially seek emergency, higher-cost alternatives or accept reduced operational capability for affected vehicles. The reliance on a foreign supplier also introduces geopolitical risks that could exacerbate supply chain vulnerabilities.

Industry Classification

NAICS: ManufacturingMotor Vehicle Parts ManufacturingMotor Vehicle Electrical and Electronic Equipment Manufacturing

Product/Service Code: MOTOR VEHICLES, CYCLES, TRAILERS

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: W56HZV20R0090

Offers Received: 1

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: $29,369,405

Exercised Options: $29,369,405

Current Obligation: $29,369,405

Actual Outlays: $13,962,139

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2020-09-23

Current End Date: 2024-02-01

Potential End Date: 2024-02-01 00:00:00

Last Modified: 2024-08-09

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