DoD Spends $940M on Bradley Reset Long Lead Items with BAE Systems

Contract Overview

Contract Amount: $939,926,102 ($939.9M)

Contractor: BAE Systems Land & Armaments L.P.

Awarding Agency: Department of Defense

Start Date: 2007-01-19

End Date: 2012-05-31

Contract Duration: 1,959 days

Daily Burn Rate: $479.8K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: COST NO FEE

Sector: Defense

Official Description: LONG LEAD ITEMS FOR BRADLEY RESET

Place of Performance

Location: YORK, YORK County, PENNSYLVANIA, 17408

State: Pennsylvania Government Spending

Plain-Language Summary

Department of Defense obligated $939.9 million to BAE SYSTEMS LAND & ARMAMENTS L.P. for work described as: LONG LEAD ITEMS FOR BRADLEY RESET Key points: 1. Significant investment in Bradley Fighting Vehicle sustainment. 2. Sole-source award to BAE Systems raises competition concerns. 3. Long contract duration (1959 days) may indicate complex requirements or potential for cost overruns. 4. Focus on 'long lead items' suggests critical component availability is a priority.

Value Assessment

Rating: questionable

The contract is a Cost No Fee type, which offers less incentive for the contractor to control costs compared to fixed-price contracts. The total award amount is substantial, and without competitive pricing, it's difficult to assess value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed, indicating a sole-source award to BAE Systems. This lack of competition limits price discovery and potentially leads to higher costs for the government.

Taxpayer Impact: The absence of competition on a nearly billion-dollar contract raises concerns about taxpayer value and whether a more cost-effective solution could have been achieved through a competitive process.

Public Impact

Ensures readiness of Bradley Fighting Vehicles, crucial for ground combat operations. Supports a major defense contractor and its supply chain. Potential for extended production timelines impacting overall military modernization schedules.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Defense sector, specifically military vehicle manufacturing and sustainment. Spending benchmarks for similar large-scale vehicle reset programs can vary significantly based on scope and technology.

Small Business Impact

The data does not indicate any specific provisions or set-asides for small businesses in this sole-source award. It is likely that BAE Systems, as the prime contractor, would manage subcontracts, but the direct impact on small businesses is not detailed here.

Oversight & Accountability

The contract was awarded by the Department of Defense, with oversight likely managed by the Defense Contract Management Agency. The 'Cost No Fee' structure requires diligent oversight to ensure costs are reasonable and allocable.

Related Government Programs

Risk Flags

Tags

military-armored-vehicle-tank-and-tank-c, department-of-defense, pa, delivery-order, 100m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $939.9 million to BAE SYSTEMS LAND & ARMAMENTS L.P.. LONG LEAD ITEMS FOR BRADLEY RESET

Who is the contractor on this award?

The obligated recipient is BAE SYSTEMS LAND & ARMAMENTS L.P..

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $939.9 million.

What is the period of performance?

Start: 2007-01-19. End: 2012-05-31.

What specific 'long lead items' are being procured, and what is the justification for their extended lead times?

The specific 'long lead items' are not detailed in the provided data. However, in the context of vehicle reset, these typically refer to components with complex manufacturing processes, specialized materials, or limited production capacity, such as advanced engine parts, specialized armor plating, or complex electronic systems. The justification for extended lead times usually stems from the inherent complexity of these items, the need for specialized tooling, or the contractor's existing production schedules.

What is the rationale behind awarding this contract on a sole-source basis instead of through full and open competition?

Sole-source awards are typically justified when only one responsible source can provide the required supplies or services. For military vehicles, this might be due to unique technical expertise, proprietary technology, existing infrastructure, or the need for commonality with existing fleets. However, without specific documentation, it's difficult to ascertain the precise justification for this particular award, and it warrants scrutiny to ensure competition was not feasible.

How will the 'Cost No Fee' contract type be managed to ensure cost efficiency and prevent potential overruns?

Managing a 'Cost No Fee' (CNF) contract requires robust government oversight and stringent cost controls. The government must actively monitor all incurred costs to ensure they are reasonable, allocable, and allowable under the contract terms. This involves detailed audits, regular progress reviews, and close collaboration with the contractor to identify potential inefficiencies early. The absence of a fee means the contractor's profit is not tied to cost performance, necessitating a focus on compliance and adherence to the contract's scope.

Industry Classification

NAICS: ManufacturingOther Transportation Equipment ManufacturingMilitary Armored Vehicle, Tank, and Tank Component Manufacturing

Product/Service Code: MOTOR VEHICLES, CYCLES, TRAILERS

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Offers Received: 1

Pricing Type: COST NO FEE (S)

Evaluated Preference: NONE

Contractor Details

Parent Company: BAE Systems PLC

Address: 1100 BAIRS RD, YORK, PA, 17408

Business Categories: Category Business, Manufacturer of Goods, Not Designated a Small Business, Partnership or Limited Liability Partnership

Financial Breakdown

Contract Ceiling: $939,926,102

Exercised Options: $939,926,102

Current Obligation: $939,926,102

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: W56HZV05G0005

IDV Type: IDC

Timeline

Start Date: 2007-01-19

Current End Date: 2012-05-31

Potential End Date: 2024-06-24 00:00:00

Last Modified: 2024-09-12

More Contracts from BAE Systems Land & Armaments L.P.

View all BAE Systems Land & Armaments L.P. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending