DoD awards $9M+ for Crystal Server and laptop replacements, plus software enhancements to General Dynamics

Contract Overview

Contract Amount: $9,003,514 ($9.0M)

Contractor: General Dynamics Mission Systems, Inc.

Awarding Agency: Department of Defense

Start Date: 2023-06-30

End Date: 2025-09-15

Contract Duration: 808 days

Daily Burn Rate: $11.1K/day

Competition Type: NOT COMPETED

Pricing Type: COST PLUS FIXED FEE

Sector: Other

Official Description: CONTRACT W56KGY23F0014 IS FOR PROCUREMENT OF THE FOLLOWING: CRYSTAL SERVER REPLACEMENT DUE TO OBSOLESCENCE, PANASONIC CF-31 LAPTOP REPLACEMENT DUE TO OBSOLESCENCE, AND ENHANCED SIGNALS PROCESSING (ESP) SOFTWARE (SW) ENHANCEMENTS

Place of Performance

Location: SCOTTSDALE, MARICOPA County, ARIZONA, 85257

State: Arizona Government Spending

Plain-Language Summary

Department of Defense obligated $9.0 million to GENERAL DYNAMICS MISSION SYSTEMS, INC. for work described as: CONTRACT W56KGY23F0014 IS FOR PROCUREMENT OF THE FOLLOWING: CRYSTAL SERVER REPLACEMENT DUE TO OBSOLESCENCE, PANASONIC CF-31 LAPTOP REPLACEMENT DUE TO OBSOLESCENCE, AND ENHANCED SIGNALS PROCESSING (ESP) SOFTWARE (SW) ENHANCEMENTS Key points: 1. Contract addresses obsolescence of critical hardware and software, ensuring continued operational capability. 2. Sole-source award raises questions about price discovery and potential for cost overruns. 3. The contract's cost-plus-fixed-fee structure requires careful monitoring to manage expenses. 4. Delivery order under a larger contract indicates a phased approach to modernization. 5. Focus on enhanced signals processing suggests a need for upgraded intelligence and surveillance capabilities.

Value Assessment

Rating: questionable

Benchmarking the value of this contract is challenging due to its sole-source nature and the specific, potentially unique, nature of the hardware and software components. The cost-plus-fixed-fee (CPFF) pricing structure, while common for complex projects, can lead to higher costs if not managed diligently. Without competitive bids, it's difficult to ascertain if the fixed fee represents a fair profit margin or if the overall cost ceiling is optimized. Further analysis of the cost breakdown and the fixed fee percentage would be necessary for a more definitive value assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning the Department of the Army did not solicit bids from multiple vendors. This approach is typically used when only one vendor possesses the necessary capabilities, technology, or when urgency dictates a rapid procurement. The lack of competition means that price discovery through market forces was bypassed, potentially leading to higher costs for the government compared to a competed procurement. The justification for this sole-source award would need to be thoroughly reviewed to ensure it was appropriate.

Taxpayer Impact: Taxpayers may face higher costs due to the absence of competitive bidding, which typically drives down prices. The government did not benefit from the potential cost savings that a competitive process could have yielded.

Public Impact

The Department of the Army benefits from updated and enhanced signals processing capabilities, crucial for intelligence and operational effectiveness. Personnel relying on Crystal Servers and Panasonic CF-31 laptops will receive replacements, mitigating risks associated with outdated technology. The contract supports the modernization of critical IT infrastructure within the Army's operational framework. Workforce implications include potential training needs for new software enhancements and ensuring seamless integration of new hardware.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pressure, potentially increasing costs.
  • Cost-plus-fixed-fee structure requires robust oversight to prevent cost escalation.
  • Obsolescence of existing systems indicates a potential lag in technology adoption prior to this award.

Positive Signals

  • Addresses critical hardware and software obsolescence, ensuring mission continuity.
  • Enhances signals processing capabilities, likely improving intelligence gathering and analysis.
  • Delivery order structure allows for phased implementation and management of resources.

Sector Analysis

This contract falls within the broader 'Other Communications Equipment Manufacturing' sector, which includes the production of radio and television communication equipment, as well as other electronic components. The specific nature of 'enhanced signals processing' suggests a focus on advanced defense-related technologies. The total addressable market for defense IT and communications equipment is substantial, with significant government spending allocated annually to maintain and upgrade these critical systems. This contract represents a targeted investment to address specific technological gaps and ensure the operational readiness of Army units.

Small Business Impact

The data indicates that this contract was not awarded to small businesses (ss: false, sb: false). There is no explicit mention of small business subcontracting requirements within the provided details. Therefore, the direct impact on the small business ecosystem appears minimal for this specific award, and there's no indication of set-aside provisions being utilized.

Oversight & Accountability

The contract is a delivery order under a larger contract, suggesting that oversight mechanisms are likely established at the parent contract level. The cost-plus-fixed-fee (CPFF) nature of the award necessitates rigorous financial oversight to monitor expenditures against the estimated costs and ensure the fixed fee remains reasonable. Transparency would be enhanced by public disclosure of the detailed cost proposals and the justification for the sole-source award. The Inspector General's office would typically have jurisdiction over such procurements to investigate fraud, waste, and abuse.

Related Government Programs

  • Army IT Modernization Programs
  • Defense Signals Intelligence Systems
  • Communications Equipment Procurement
  • Legacy System Replacement Initiatives

Risk Flags

  • Sole-source award lacks competitive justification.
  • Cost-plus-fixed-fee contract requires diligent cost control.
  • Obsolescence of critical systems indicates potential prior underinvestment.
  • Lack of small business participation noted.

Tags

department-of-defense, department-of-the-army, general-dynamics-mission-systems, it-hardware, software-enhancements, signals-processing, obsolescence-replacement, sole-source, cost-plus-fixed-fee, delivery-order, arizona, communications-equipment-manufacturing

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $9.0 million to GENERAL DYNAMICS MISSION SYSTEMS, INC.. CONTRACT W56KGY23F0014 IS FOR PROCUREMENT OF THE FOLLOWING: CRYSTAL SERVER REPLACEMENT DUE TO OBSOLESCENCE, PANASONIC CF-31 LAPTOP REPLACEMENT DUE TO OBSOLESCENCE, AND ENHANCED SIGNALS PROCESSING (ESP) SOFTWARE (SW) ENHANCEMENTS

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 (Department of the Army).

What is the total obligated amount?

The obligated amount is $9.0 million.

What is the period of performance?

Start: 2023-06-30. End: 2025-09-15.

What is the specific justification for awarding this contract on a sole-source basis to General Dynamics Mission Systems, Inc.?

The provided data indicates the contract was 'NOT COMPETED' and awarded on a sole-source basis. Typically, sole-source awards are justified when only one responsible source is available or capable of meeting the government's requirements. This could be due to proprietary technology, unique expertise, or urgent and compelling circumstances where soliciting bids would be impractical or detrimental to the government's needs. For this specific contract, the justification would likely stem from the specialized nature of the 'Crystal Server Replacement,' 'Panasonic CF-31 Laptop Replacement,' and 'Enhanced Signals Processing (ESP) Software Enhancements.' General Dynamics may possess unique intellectual property, specific integration capabilities, or be the incumbent provider with deep knowledge of the existing systems, making them the only viable option to fulfill these requirements without significant delays or increased costs associated with technology transfer or new vendor onboarding.

How does the cost-plus-fixed-fee (CPFF) pricing structure compare to other contract types for similar IT modernization efforts?

The Cost-Plus-Fixed-Fee (CPFF) structure is often employed for research and development, complex system integrations, or projects where the scope of work is not fully defined at the outset, making it difficult to establish a firm fixed price. In such cases, the contractor is reimbursed for allowable costs plus a predetermined fixed fee representing their profit. Compared to Firm-Fixed-Price (FFP) contracts, CPFF offers more flexibility for the government if requirements change, but it carries a higher risk of cost overruns as the contractor is incentivized to incur costs to complete the work, though their profit is capped. For IT modernization, FFP contracts are preferred when requirements are well-defined, as they provide the government with cost certainty. However, for projects involving significant software enhancements and integration with potentially unique hardware like 'Enhanced Signals Processing,' CPFF can be a pragmatic choice to manage evolving technical challenges, provided robust oversight is in place to control costs.

What are the potential risks associated with replacing 'obsolete' hardware and software, and how are they mitigated in this contract?

Replacing obsolete hardware and software carries several risks, including integration challenges with existing systems, potential compatibility issues, data migration failures, and security vulnerabilities introduced during the transition. For this contract, the obsolescence of Crystal Servers and Panasonic CF-31 laptops suggests a need for updated technology to maintain operational effectiveness and security. The 'Enhanced Signals Processing (ESP) Software Enhancements' component indicates a focus on improving current capabilities rather than a complete overhaul, which might mitigate some integration risks. Mitigation strategies likely involve thorough testing phases, phased deployment, robust cybersecurity protocols during the transition, and the expertise of General Dynamics, the awardee, in handling such upgrades. The CPFF structure, while carrying cost risks, allows for flexibility in addressing unforeseen technical hurdles that might arise during the replacement and enhancement process.

What is the historical spending pattern for similar 'Enhanced Signals Processing' capabilities within the Department of the Army or DoD?

Historical spending on 'Enhanced Signals Processing' (ESP) capabilities within the Department of the Army and the broader Department of Defense (DoD) is substantial and has been steadily increasing, driven by the growing need for advanced intelligence, surveillance, and reconnaissance (ISR) capabilities. ESP is a critical component of modern military operations, enabling the analysis of vast amounts of data from various sensors to gain actionable intelligence. While specific figures for 'ESP Software Enhancements' under contract W56KGY23F0014 are not publicly detailed, comparable programs often involve multi-million dollar investments over several years. For instance, programs related to electronic warfare, signals intelligence (SIGINT), and advanced data analytics platforms within the Army and other branches frequently see significant budget allocations. Benchmarking this $9M+ award against the overall defense budget for intelligence systems suggests it is a targeted investment for specific modernization needs rather than a large-scale program initiation.

What is the expected impact of these hardware and software upgrades on the operational readiness and efficiency of the affected Army units?

The replacement of obsolete Crystal Servers and Panasonic CF-31 laptops, coupled with enhancements to the Enhanced Signals Processing (ESP) software, is expected to significantly improve the operational readiness and efficiency of the affected Army units. Obsolete hardware often leads to performance degradation, increased downtime due to failures, and compatibility issues with modern software, hindering mission effectiveness. By upgrading to current technology, units can expect improved system reliability, faster processing speeds, and enhanced data handling capabilities. The ESP software enhancements are particularly crucial, likely enabling more sophisticated analysis of signals intelligence, better threat detection, and more informed decision-making in dynamic operational environments. This modernization directly supports the Army's goal of maintaining a technological edge and ensuring that personnel have the tools necessary to execute their missions effectively and efficiently.

Industry Classification

NAICS: ManufacturingCommunications Equipment ManufacturingOther Communications Equipment Manufacturing

Product/Service Code: RESEARCH AND DEVELOPMENTC – National Defense R&D 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: $9,003,514

Exercised Options: $9,003,514

Current Obligation: $9,003,514

Subaward Activity

Number of Subawards: 7

Total Subaward Amount: $623,987

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: 2023-06-30

Current End Date: 2025-09-15

Potential End Date: 2025-09-15 12:09:00

Last Modified: 2025-12-11

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