DoD awards $16.3M for Prophet Enhanced Systems sustainment and training to General Dynamics

Contract Overview

Contract Amount: $16,288,929 ($16.3M)

Contractor: General Dynamics Mission Systems, Inc.

Awarding Agency: Department of Defense

Start Date: 2019-03-29

End Date: 2020-10-28

Contract Duration: 579 days

Daily Burn Rate: $28.1K/day

Competition Type: NOT COMPETED

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: TASK ORDER W56KGY-19-F-0036 IS ISSUED IN ACCORDANCE WITH (IAW) THE TERMS AND CONDITIONS OF CONTRACT W56KGY-17-D-0006 FOR YEAR 3 SOFTWARE (SW) SUSTAINMENT, NEW EQUIPMENT TRAINING (NET) AND FIELDING, PROGRAM QUALITY MANAGEMENT (PQM), DEPOT SUPPORT, DE-FIELDING, GFM REPAIR, SW SUSTAINMENT TEWS AND PROPOSAL PREPARATION FOR THE PROPHET ENHANCED (PE) SYSTEMS. THESE SERVICES ARE PROCURED ON A COST-PLUS- FIXED-FEE (CPFF) AND FIRM-FIXED-PRICE (FFP) BASIS.

Place of Performance

Location: SCOTTSDALE, MARICOPA County, ARIZONA, 85257

State: Arizona Government Spending

Plain-Language Summary

Department of Defense obligated $16.3 million to GENERAL DYNAMICS MISSION SYSTEMS, INC. for work described as: TASK ORDER W56KGY-19-F-0036 IS ISSUED IN ACCORDANCE WITH (IAW) THE TERMS AND CONDITIONS OF CONTRACT W56KGY-17-D-0006 FOR YEAR 3 SOFTWARE (SW) SUSTAINMENT, NEW EQUIPMENT TRAINING (NET) AND FIELDING, PROGRAM QUALITY MANAGEMENT (PQM), DEPOT SUPPORT, DE-FIELDING, GFM REPAIR, SW SUSTA… Key points: 1. The contract covers software sustainment, training, and depot support for Prophet Enhanced Systems. 2. General Dynamics Mission Systems, Inc. is the sole awardee. 3. The award was not competed, raising potential concerns about price discovery. 4. The sector is Defense, specifically related to communications equipment manufacturing.

Value Assessment

Rating: fair

The contract uses a mix of Cost-Plus-Fixed-Fee and Firm-Fixed-Price structures. Without detailed cost breakdowns or benchmarks for similar sustainment and training services, assessing the overall value is difficult. The lack of competition further complicates a precise pricing assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This task order was not competed, indicating a sole-source award. This limits price discovery and potentially leads to higher costs for taxpayers as there was no competitive pressure to drive down prices.

Taxpayer Impact: The lack of competition may result in taxpayers paying more than necessary for these critical system sustainment services.

Public Impact

Ensures continued operational readiness of critical Prophet Enhanced Systems. Supports personnel through new equipment training and field support. Maintains essential depot-level repair and software sustainment capabilities. Potential for increased costs due to non-competitive award.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition
  • Cost-Plus-Fixed-Fee component can incentivize cost growth

Positive Signals

  • Supports critical defense systems
  • Includes training and sustainment

Sector Analysis

This award falls within the Defense sector, specifically related to the manufacturing of communications equipment. Spending in this area is crucial for national security, but often involves complex systems with limited competition.

Small Business Impact

The awardee is General Dynamics Mission Systems, Inc., a large business. There is no indication that small businesses were involved in this specific task order, nor is it required by the contract type or award method.

Oversight & Accountability

The award was issued under an existing contract (W56KGY-17-D-0006). Oversight would focus on ensuring the contractor meets the terms and conditions of the task order, particularly regarding cost controls within the CPFF portion and delivery schedules.

Related Government Programs

  • Other Communications Equipment Manufacturing
  • Department of Defense Contracting
  • Defense Contract Management Agency Programs

Risk Flags

  • Lack of competition
  • Potential for cost overruns in CPFF portion
  • Limited transparency on pricing justification
  • Reliance on sole-source provider

Tags

other-communications-equipment-manufactu, department-of-defense, az, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $16.3 million to GENERAL DYNAMICS MISSION SYSTEMS, INC.. TASK ORDER W56KGY-19-F-0036 IS ISSUED IN ACCORDANCE WITH (IAW) THE TERMS AND CONDITIONS OF CONTRACT W56KGY-17-D-0006 FOR YEAR 3 SOFTWARE (SW) SUSTAINMENT, NEW EQUIPMENT TRAINING (NET) AND FIELDING, PROGRAM QUALITY MANAGEMENT (PQM), DEPOT SUPPORT, DE-FIELDING, GFM REPAIR, SW SUSTAINMENT TEWS AND PROPOSAL PREPARATION FOR THE PROPHET ENHANCED (PE) SYSTEMS. THESE SERVICES ARE PROCURED ON A COST-PLUS- FIXED-FEE (CPFF) AND FIRM-FIXED-PRICE (FFP) BASIS.

Who is the contractor on this award?

The obligated recipient is GENERAL DYNAMICS MISSION SYSTEMS, INC..

Which agency awarded this contract?

Awarding agency: Department of Defense (Defense Contract Management Agency).

What is the total obligated amount?

The obligated amount is $16.3 million.

What is the period of performance?

Start: 2019-03-29. End: 2020-10-28.

What is the breakdown of costs between the CPFF and FFP portions of the contract, and how does this impact overall cost control?

The data does not specify the cost breakdown between the Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP) components. The CPFF portion carries inherent risk of cost overruns as the government pays actual costs plus a fixed fee. Understanding this allocation is crucial for assessing cost control effectiveness and potential taxpayer exposure.

Given the sole-source nature, what mechanisms are in place to ensure the government is receiving fair and reasonable pricing for sustainment and training?

Without competition, the government relies heavily on its contracting officers' price negotiation expertise and available cost/technical data. Mechanisms may include detailed cost proposals, audits, and comparison to historical data or independent cost estimates. However, the absence of competitive bids inherently limits the government's leverage in price discovery.

How does the duration and value of this task order compare to previous sustainment efforts for the Prophet Enhanced Systems?

The task order has a duration of 579 days (approx. 1.6 years) and a value of $16.3 million. Without historical data on prior sustainment task orders for this system, it's difficult to establish a direct comparison. Analyzing trends in duration and cost over time would be necessary to assess efficiency and potential cost escalation.

Industry Classification

NAICS: ManufacturingCommunications Equipment ManufacturingOther Communications Equipment 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: Wico Limited

Address: 8201 E MCDOWELL ROAD, SCOTTSDALE, AZ, 85257

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $16,288,929

Exercised Options: $16,288,929

Current Obligation: $16,288,929

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $122,887

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: W56KGY17D0006

IDV Type: IDC

Timeline

Start Date: 2019-03-29

Current End Date: 2020-10-28

Potential End Date: 2020-10-28 00:00:00

Last Modified: 2025-12-10

More Contracts from General Dynamics Mission Systems, Inc.

View all General Dynamics Mission Systems, Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending