DoD's $10.7M R&D contract for advanced threat reduction technology awarded to Southwest Research Institute
Contract Overview
Contract Amount: $10,724,945 ($10.7M)
Contractor: Southwest Research Institute
Awarding Agency: Department of Defense
Start Date: 2007-09-25
End Date: 2010-11-30
Contract Duration: 1,162 days
Daily Burn Rate: $9.2K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: R&D
Official Description: PHASE 001-07-1B, FINISH FIRST UNIT-TEST
Place of Performance
Location: SAN ANTONIO, BEXAR County, TEXAS, 78238
State: Texas Government Spending
Plain-Language Summary
Department of Defense obligated $10.7 million to SOUTHWEST RESEARCH INSTITUTE for work described as: PHASE 001-07-1B, FINISH FIRST UNIT-TEST Key points: 1. Contract awarded for specialized research and development services. 2. Performance period spans over three years, indicating a significant project scope. 3. The contract type suggests a focus on managing costs while achieving specific deliverables. 4. Awarded by the Defense Threat Reduction Agency, highlighting its strategic importance. 5. Geographic location of performance is Texas. 6. The contractor has a history of performing federal contracts.
Value Assessment
Rating: good
The contract's value of $10.7 million for over three years of R&D appears reasonable for specialized defense technology. Benchmarking against similar R&D contracts in the defense sector would provide a more precise value-for-money assessment. The Cost Plus Fixed Fee (CPFF) structure aims to control costs while incentivizing efficient completion, which is a common and generally effective pricing model for research-intensive projects where exact costs can be unpredictable.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This indicates that while the competition was intended to be broad, specific circumstances led to the exclusion of certain potential bidders. The exact reasons for exclusion are not detailed, but this approach can sometimes limit the pool of offerors, potentially impacting price discovery compared to a truly unrestricted full and open competition.
Taxpayer Impact: While the competition was not fully unrestricted, the 'after exclusion of sources' clause suggests an effort to ensure a competitive process. Taxpayers benefit from the agency's attempt to solicit from multiple qualified sources, even if the final pool was narrowed.
Public Impact
The primary beneficiaries are the Department of Defense and its agencies, receiving advanced technological solutions for threat reduction. The services delivered are critical research and development efforts aimed at enhancing national security capabilities. The geographic impact is primarily within Texas, where the contractor is located and performance is expected. Workforce implications include specialized scientific and engineering roles at Southwest Research Institute.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition due to 'exclusion of sources' clause.
- Cost Plus Fixed Fee contracts can sometimes lead to cost overruns if not closely managed.
- The specific nature of R&D can introduce inherent risks in achieving desired outcomes within budget and timeline.
Positive Signals
- Award to a known entity, Southwest Research Institute, suggests a level of confidence in their capabilities.
- The contract duration indicates a sustained effort towards a critical defense objective.
- The R&D focus aligns with the agency's mission to counter evolving threats.
Sector Analysis
This contract falls within the Research and Development sector, specifically focusing on physical, engineering, and life sciences. The defense R&D market is characterized by significant government investment, driven by national security imperatives. Comparable spending benchmarks would involve looking at other contracts awarded by agencies like DTRA or DARPA for similar advanced technology development, often involving specialized scientific expertise and long development cycles.
Small Business Impact
The provided data does not indicate any small business set-aside or subcontracting requirements for this contract. Therefore, the direct impact on the small business ecosystem appears minimal based on this award alone. Further analysis of the contractor's subcontracting plan, if applicable, would be needed to assess any indirect effects.
Oversight & Accountability
Oversight for this contract would typically be managed by the Defense Threat Reduction Agency's contracting officers and program managers. Accountability measures are embedded in the Cost Plus Fixed Fee structure, requiring detailed reporting and adherence to the contract's statement of work. Transparency is generally maintained through contract award databases, though specific project details might be sensitive due to national security implications.
Related Government Programs
- Defense Threat Reduction Agency Research and Development Programs
- Advanced Technology Development Contracts
- Cost Plus Fixed Fee Contracts
- Federal Research and Development Spending
Risk Flags
- Limited competition due to source exclusion.
- Potential for cost overruns in CPFF contracts.
- R&D project success is inherently uncertain.
Tags
department-of-defense, defense-threat-reduction-agency, research-and-development, cost-plus-fixed-fee, limited-competition, southwest-research-institute, advanced-technology, threat-reduction, texas, federal-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $10.7 million to SOUTHWEST RESEARCH INSTITUTE. PHASE 001-07-1B, FINISH FIRST UNIT-TEST
Who is the contractor on this award?
The obligated recipient is SOUTHWEST RESEARCH INSTITUTE.
Which agency awarded this contract?
Awarding agency: Department of Defense (Defense Threat Reduction Agency).
What is the total obligated amount?
The obligated amount is $10.7 million.
What is the period of performance?
Start: 2007-09-25. End: 2010-11-30.
What is the track record of Southwest Research Institute with federal contracts, particularly with the Department of Defense?
Southwest Research Institute (SwRI) has a substantial track record of performing federal contracts, including numerous awards from the Department of Defense and its various agencies. Their work often spans complex research and development initiatives, engineering services, and testing. SwRI is known for its multidisciplinary approach and has been a consistent recipient of government funding for projects related to defense, space, energy, and transportation. A review of federal procurement data would reveal a pattern of successful contract completions and a broad range of technical capabilities demonstrated across various agencies, indicating a reliable performance history.
How does the $10.7 million value of this contract compare to similar R&D efforts in threat reduction technology?
The $10.7 million value for this specific R&D contract, spanning over three years, appears to be within a moderate range for specialized defense technology development. However, a precise comparison requires benchmarking against contracts with similar technical scopes, durations, and agency objectives. Contracts for advanced threat reduction can vary significantly in cost depending on the complexity of the threat addressed, the novelty of the required technology, and the maturity of the research. Generally, R&D contracts of this magnitude are substantial enough to fund significant research efforts but may be smaller than large-scale system development or procurement contracts. Further analysis would involve identifying comparable DTRA or DoD R&D awards in related technological areas.
What are the primary risks associated with this Cost Plus Fixed Fee (CPFF) contract type for R&D?
The primary risks associated with a CPFF contract for R&D, like this one, revolve around cost control and scope management. While the fixed fee provides an incentive for the contractor to control costs efficiently, the government bears the risk of actual costs exceeding estimates. If the research proves more complex or time-consuming than initially anticipated, the government may incur higher-than-expected expenses. Effective oversight is crucial to monitor expenditures, ensure that costs are reasonable and allocable, and prevent scope creep. The contractor's risk is primarily related to managing their performance to achieve the fixed fee without incurring excessive unallowable costs.
What does the 'Full and Open Competition After Exclusion of Sources' designation imply for the procurement process and potential savings?
The designation 'Full and Open Competition After Exclusion of Sources' implies a procurement process that began with the intent to solicit offers from all responsible sources, but specific circumstances led to the exclusion of certain potential offerors before the final award. This could be due to reasons such as prior performance issues with excluded entities, specific technical requirements that only a limited number of firms could meet, or national security considerations. While it aims for broader competition than a sole-source award, it is less competitive than unrestricted full and open competition. This narrowed competition might result in less aggressive pricing compared to a scenario with a larger pool of bidders, potentially impacting taxpayer savings.
What is the historical spending pattern for threat reduction R&D by the Defense Threat Reduction Agency?
The Defense Threat Reduction Agency (DTRA) consistently allocates significant funding towards research and development to counter weapons of mass destruction and emerging threats. Historical spending patterns show a strong emphasis on advanced technologies, scientific research, and innovative solutions. DTRA's budget typically includes substantial line items for R&D across various domains, including chemical, biological, radiological, nuclear, and explosives (CBRNE) defense, as well as counter-proliferation and threat reduction initiatives. The agency frequently engages in contracts with research institutions and defense contractors to develop and mature technologies that enhance U.S. and allied security. Analyzing DTRA's historical budgets and contract awards would reveal a sustained commitment to R&D investment in these critical areas.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Scientific Research and Development Services › Research and Development in the Physical, Engineering, and Life Sciences
Product/Service Code: RESEARCH AND DEVELOPMENT › DEFENSE (OTHER) R&D
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: HDTRA107R0007
Offers Received: 1
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 6220 CULEBRA RD, SAN ANTONIO, TX, 78238
Business Categories: Category Business, Nonprofit Organization, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $11,722,410
Exercised Options: $10,724,945
Current Obligation: $10,724,945
Contract Characteristics
Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HDTRA107D0011
IDV Type: IDC
Timeline
Start Date: 2007-09-25
Current End Date: 2010-11-30
Potential End Date: 2010-11-30 00:00:00
Last Modified: 2017-03-22
More Contracts from Southwest Research Institute
- TAS::80 0120::TAS AS the Principal Investigator (PI) Institution for the Magnetospheric Multiscale (MMS) Instrument Suite Science Team (isst), the Contractor IS Responsible for Leading the Solving Magnetospheric Acceleration Reconnection and Turbulence (smart) Team Through ALL Mission Phases. the Scope of Work Shall Include, BUT NOT BE Limited, to the Following: - Manage the Smart Team Through Phases B Through E of the MMS Mission, - Defining Science Goals and Objectives - Assist the MMS Project and HQ Science Mission Directorate Heliophysics Division in the Preparation of Level 1 Requirements for the MMS Mission - Flow-Down of Top-Level Mission Requirements to the Appropriate Elements of the Instrument Suite - Design, Fabrication, Integration, Calibration, Testing and Delivery of Four Fully Qualified, Flight Instrument Suites to Observatory Integration and Test (I&T) Plus Spares - Design, Development, Integration and Testing of the SOC - Support Observatory-Level I&T Activities - Provide Sustaining Engineering and I&T Support of the Instrument Suites After Delivery to Nasa - Responsibility for the On-Orbit Operation, Health and Safety of the Instrument Suites - Responsibility for Operating and Maintaining the SOC Post-Launch - Establishing and Managing Subcontracts With Instrument Suite Team Members - Establishing and Maintaining the Required International Traffic in Arms Regulations (itar) and Export Control Documentation Necessary for Working With ITS International Team Members - Implementation of an EPO Program for the MMS Mission — $383.4M (National Aeronautics and Space Administration)
- THE National Aeronautics and Space Administration HAS Selected Juno NEW Frontiers Mission Under the Direction of Principal Investigator (PI) DR. Scott Bolton to Continue Development With the Expectation That the Juno Mission Will Enter Phase B in Early Fiscal Year 2006. the Juno Mission Will BE Managed by the Marshall Space Flight Center, NEW Frontiers Program Office. KEY Juno Team Members Include DR. Bolton's Home Institution, the Southwest Research Institute (swri), the Juno Implementation Team Leader JET Propulsion Laboratory (JPL) and the Spacecraft BUS Provider the Lockheed Martin Space Systems Division (lm/Ss). the PI'S Team AT Swri Needs to Begin Work on a Subset of Phase B Activities AS Early in FY06 AS Possible. This SOW Provides a List of Activities That ARE Necessary to Begin Work in FY06 and Their Associated Deliverables. the Juno Mission IS a Collaboration Between Southwest Research Institute (swri), JPL, Lockheed Martin (LM), and a Complementary Team of Universities and Field Centers. the Principal Investigator, DR. Scott Bolton, IS AT Southwest Research Institute (swri) and IS Responsible to Nasa for ALL Aspects of the Mission Including Achieving ALL Scientific Objectives and Mission Goals. JPL Provides the Project Manager WHO Oversees the Day-To-Day Management of the Project and Will Report to the PI. Principal Investigator (PI) DR. Scott Bolton IS Responsible to Nasa for Meeting the Scientific Objectives of the Juno Mission Within Cost and Schedule. AS PI, DR. Bolton HAS Direct Accountability to the Nasa NEW Frontiers Program Office for the Implementation of Juno. ALL Juno Science Co-Is, the Deputy PI and Project Scientist, the Science Investigation Office Manager, the E/PO Effort, the Juno Advisory Board and the PM Report Directly to DR. Bolton. the PI Delegates the Day-To-Day Management of the Project to the Project Manager (PM), Rick Grammier. the Project System Engineer, Payload Manager, Flight System Manager, Mission Manager, Science OPS Center, Business Manager, LM Contract CTM, and Mission Assurance Manager ALL Report Directly to the PM — $184.3M (National Aeronautics and Space Administration)
- NEW Horizon -- Pluto Mission Phase B — $166.9M (National Aeronautics and Space Administration)
- Under This Contract, the Contractor Will Provide the Personnel, Materials, Equipment, and Facilities Necessary to Produce the Polarimeter to Unify the Corona Heliosphere (punch) Phase a Concept Study. the Scope of This Effort Includes, BUT IS NOT Limited TO: 1. Principal Investigator Program Office 2. Instrument System Engineering, Including Instrument Mission Assurance 3. Design of a Flight Qualified Punch Instrument Meeting Mission and Science Requirements 4. Develop Plans in Support of Integration and Test of the Punch Instrument Flight System 5. Develop Plans in Support of Essential Field Operations 6. Develop Plans in Support of Launch Operations and Flight Operations 7. Develop Plans for Lead the Punch Science Investigation AS Well AS the Generation of Resulting Data Products the Contractor Shall Provide a Briefing on the Punch Science and Science Implementation Plan AT the Phase a Site Visit. the Contractor Shall Provide an Organization Chart Defining Contractor Roles and Responsibilities, Reporting Procedures, and ALL Lines of Authority. the Contractor Shall Participate in Defining the Relationships Between the Contractor's Program Office and the Nasa Explorers Program Office. the Contractor Shall Develop a Punch Instrument Systems Requirements Document and a Punch Mission Systems Requirements Document. the Contractor Will Also Develop Detailed Block Diagrams and Technical Descriptions of ALL Instrument Systems. the Contractor Will Conduct In-Depth Instrument-Level Reviews of the Proposed Instrument Design. They Will Conduct Essential Trade Studies, Analyses, Modeling and Simulations to Assure Compliance With Instrument Requirements. the Contractor Will Lead the Science Team and Develop an Instrument-Level Test Plan and Participate in Planning for Integration and Test. the Contractor Shall Prepare a Detailed Instrument Development Schedule Covering ALL Mission Phases, Listing Major Milestones, Including a Defined Critical Path and Schedule Reserves. the Contractor Will Prepare Updated Instrument Budgets AS Well AS Review and Approve the Overall Punch Budget. Finally, the Contractor Shall Prepare and Submit the Concept Study Report — $139.2M (National Aeronautics and Space Administration)
- TAS::80 0120::TAS the Contractor Shall BE Responsible for the Conduct of ALL Phases and Aspects of the Ibex Mission Including: 1) Life-Cycle Project Management; 2) Design, Test, Development, and Operations (payload, Spacecraft, Launch Vehicle, Spacecraft to Launch-Vehicle Interfaces, Launch and Flight Operations); and 3) Post-Operations Data Analysis and Archiving. in Performance of This Effort, the Ibex Team Shall: a. Manage the Project, Provide Cost and Schedule Information to Nasa AS Specified in 3.0 Management, Above. B. Provide Day-To-Day Management and Coordination of the Project AS Delegated by the PI to the Project Manager (PM), Including Monitoring and Reporting Technical Progress and Financial Status, Implementing the Risk Management Plan and Conducting Mission Level Reviews AS Specified in Section 4.3, System Level Reviews. C. Conduct Reviews for ALL Payload Sensors, Payload Support Infrastructure and Associated GSE. D. Perform Scientific Analyses in Support of the Mission Science Requirements. E. Perform Systems Engineering to Coordinate the Design of the Instrument Complement and Spacecraft BUS Components; and to Ensure the Compatibility of the Space-To-Ground and Network Communications. F. Perform Trade Studies to Eliminate and Mitigate Risks G. Deliver the Ibex Flight Segment to Vandenberg AIR Force Base (vafb), Support Integration With the Launch Vehicle, and Assist the Launch Operations; H. Establish the Mission Control Center (MCC) and Ibex Science Operations and Data Analysis Center (isoc) Including ALL Computers, Networks, and Operating Software, Instrument Databases and Procedures Necessary to Functionally Test and Later Control the Spacecraft; I. Hold Science Team Meetings AS Well AS Technical Interchange Meetings. J. Baseline the Science Requirements and Science Analysis Plan Into an Ibex Mission Definition Requirements Agreement (mdra) and the Ibex Data Management Plan. K. Implement an Approved Mission Assurance Plan. L. Implement a Systems Engineering Function to Verify Performance Specification Compliance to the Mission Science Requirements. M. Design, Fabricate, Integrate and Test the Payload, Spacecraft, Solid Rocket Motor and Launch Vehicle Adapter, and Integrate the Ibex Flight Segment With the Launch Vehicle. N. Implement a Safety Program Including the Generation of the Missile System Pre-Launch Safety Package (mspsp). O. Support Launch, Perform On-Orbit Checkout, and Establish On-Orbit Data Acquisition Contact With the Payload. Within the First 30 Days After Launch, Initial Engineering and Science Checkout and Verification of Spacecraft In-Flight Operation Will BE Performed. P. Provide the Services of the MCC and the Isoc. Q. Conduct the E/PO Program in Cooperation With the Identified Team Members — $116.1M (National Aeronautics and Space Administration)
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)