DoD's $350M Predator/Reaper logistics contract awarded to General Atomics, raising questions on competition and value

Contract Overview

Contract Amount: $349,705,012 ($349.7M)

Contractor: General Atomics Aeronautical Systems, Inc.

Awarding Agency: Department of Defense

Start Date: 2018-01-01

End Date: 2022-12-30

Contract Duration: 1,824 days

Daily Burn Rate: $191.7K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: CONTRACTOR LOGISTICS SERVICES FOR MQ-1 PREDATOR AND MQ-9 REAPER

Place of Performance

Location: POWAY, SAN DIEGO County, CALIFORNIA, 92064

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $349.7 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC. for work described as: CONTRACTOR LOGISTICS SERVICES FOR MQ-1 PREDATOR AND MQ-9 REAPER Key points: 1. Contract awarded on a sole-source basis, limiting price discovery and potentially increasing costs. 2. Significant contract value suggests a critical role in maintaining advanced drone capabilities. 3. Lack of competition raises concerns about contractor performance incentives and innovation. 4. Long contract duration (5 years) necessitates robust oversight to ensure continued value. 5. Sole reliance on one contractor for specialized logistics could pose supply chain risks. 6. Performance context is crucial given the high stakes of military drone operations.

Value Assessment

Rating: questionable

The contract's value of approximately $350 million over five years for logistics services for MQ-1 Predator and MQ-9 Reaper drones is substantial. However, without competitive bidding, it is difficult to benchmark the pricing against market rates or similar contracts. The cost-plus-fixed-fee structure, while common for complex services, can incentivize cost overruns if not managed tightly. The absence of competition makes a definitive value-for-money assessment challenging, leaning towards a questionable rating due to the lack of transparent pricing mechanisms.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning it was not competed. General Atomics Aeronautical Systems, Inc. is the original equipment manufacturer for the MQ-1 Predator and MQ-9 Reaper drones, suggesting they possess unique expertise and proprietary data essential for their logistics. However, the lack of competition means other qualified entities were not given an opportunity to bid, potentially limiting the government's ability to secure the best possible price and service.

Taxpayer Impact: Taxpayers may be paying a premium due to the absence of competitive pressure. Without competing the contract, the government misses opportunities to leverage market forces for cost savings and potentially better service terms.

Public Impact

The primary beneficiaries are the U.S. Air Force and other Department of Defense entities relying on the operational readiness of MQ-1 Predator and MQ-9 Reaper drones. Services delivered include essential logistics support, maintenance, repair, and sustainment for these critical unmanned aerial vehicles. The geographic impact is nationwide, supporting drone operations across various military bases and operational theaters. Workforce implications include the potential for specialized technical jobs related to drone maintenance and logistics, primarily at General Atomics and its subcontractors.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the aerospace and defense manufacturing sector, specifically focusing on unmanned aerial systems (UAS) and their sustainment. The market for drone technology and associated services is rapidly growing, with significant government investment. General Atomics is a major player in this market. Comparable spending benchmarks are difficult to establish precisely due to the specialized nature of the platforms, but overall defense logistics spending is in the billions annually.

Small Business Impact

The contract data indicates that small business participation was not a stated requirement or set-aside (SB: false, SS: false). This suggests that small businesses are unlikely to be direct prime contractors on this award. However, General Atomics may engage small businesses as subcontractors for specific components or services, though the extent of this is not detailed in the provided data. The lack of a small business set-aside means opportunities for small business prime contracting are absent.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Defense's contract management agencies, such as the Defense Contract Management Agency (DCMA). The cost-plus-fixed-fee nature necessitates rigorous financial oversight to ensure costs are reasonable and allocable. Transparency is limited by the sole-source award, but performance metrics and reporting requirements should be in place to ensure accountability. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

defense, department-of-defense, general-atomies-aeronautical-systems-inc, mq-1-predator, mq-9-reaper, logistics, sustainment, sole-source, cost-plus-fixed-fee, aircraft-manufacturing, california, definitive-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $349.7 million to GENERAL ATOMICS AERONAUTICAL SYSTEMS, INC.. CONTRACTOR LOGISTICS SERVICES FOR MQ-1 PREDATOR AND MQ-9 REAPER

Who is the contractor on this award?

The obligated recipient is GENERAL ATOMICS AERONAUTICAL 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 $349.7 million.

What is the period of performance?

Start: 2018-01-01. End: 2022-12-30.

What is General Atomics Aeronautical Systems, Inc.'s track record with similar sole-source logistics contracts for military platforms?

General Atomics Aeronautical Systems, Inc. (GA-ASI) has a long history as the developer and manufacturer of the MQ-1 Predator and MQ-9 Reaper drones. Consequently, they possess unique expertise and proprietary knowledge essential for the sustainment and logistics of these specific platforms. Their track record with sole-source contracts for these systems is extensive, as they are often the only entity capable of providing the required specialized support. While this expertise is valuable, it also underscores the inherent challenge in assessing competitive value for money when the original equipment manufacturer is the sole provider of critical sustainment services. Government oversight typically focuses on ensuring cost reasonableness and performance standards are met rigorously in such situations, given the lack of alternative providers.

How does the pricing structure (Cost Plus Fixed Fee) compare to industry standards for similar defense logistics contracts, and what are the implications for value?

The Cost Plus Fixed Fee (CPFF) pricing structure is common in the defense industry for complex services where the scope of work may evolve or is difficult to define precisely upfront, such as specialized logistics and sustainment for advanced platforms like the MQ-9 Reaper. In a CPFF contract, the contractor is reimbursed for allowable costs plus a fixed fee representing profit. While this structure allows for flexibility and ensures the contractor is compensated for unforeseen complexities, it carries inherent risks for the government. The primary risk is that the contractor may have less incentive to control costs compared to a fixed-price contract, as costs are reimbursed. The 'fixed fee' component, however, provides some predictability on profit. For value assessment, the government must implement robust oversight to scrutinize allowable costs and ensure the fixed fee is reasonable for the services rendered. Without competitive benchmarking, determining if the overall price represents good value is challenging.

What are the primary risks associated with awarding a sole-source contract for critical drone logistics, and how are they mitigated?

The primary risks associated with a sole-source award for critical drone logistics include potential for inflated pricing due to lack of competition, reduced incentive for the contractor to innovate or improve efficiency, and a vulnerability in the supply chain if the sole provider faces operational issues. Mitigation strategies employed by the government typically involve stringent contract oversight. This includes detailed auditing of costs to ensure reasonableness, establishing clear performance metrics and key performance indicators (KPIs) to hold the contractor accountable, and negotiating favorable terms within the contract, such as termination clauses or requirements for transparency in operations. Additionally, the government may conduct market research periodically to identify potential alternative sources or technologies that could eventually foster competition.

What is the historical spending pattern for MQ-1 Predator and MQ-9 Reaper logistics, and how does this $350M contract compare?

Historical spending on the logistics and sustainment of the MQ-1 Predator and MQ-9 Reaper programs has been substantial, reflecting the operational tempo and complexity of these unmanned aerial systems. While specific historical dollar amounts for logistics alone are not provided in the summary data, the total acquisition and sustainment costs for these platforms run into billions of dollars over their service lives. This $350 million contract, spanning approximately five years (2018-2022), represents a significant portion of the ongoing sustainment budget for these drones during that period. It aligns with the expected high costs associated with maintaining advanced military hardware, particularly when relying on the original equipment manufacturer for specialized support. The contract value is consistent with the scale of operations for these widely deployed platforms.

What performance metrics or oversight mechanisms are typically in place for such a sole-source defense logistics contract to ensure accountability?

For sole-source defense logistics contracts like this one, robust oversight mechanisms are critical. Performance metrics typically include availability rates for the drones, response times for logistical support, quality of maintenance performed (e.g., defect rates), and adherence to delivery schedules for parts and services. Contract clauses often mandate detailed reporting requirements, allowing the government to track progress against these metrics. Financial oversight involves regular audits of incurred costs to ensure compliance with allowability, allocability, and reasonableness criteria, especially under a CPFF structure. The contracting officer and their team are responsible for monitoring performance, managing contract modifications, and ensuring the contractor meets all obligations. Periodic reviews and potential contractor performance evaluations (e.g., CPARS) are also standard.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingAircraft Manufacturing

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: FA852817R0101

Offers Received: 1

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Parent Company: General Atomics

Address: 14200 KIRKHAM WAY, POWAY, CA, 92064

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

Financial Breakdown

Contract Ceiling: $349,725,305

Exercised Options: $349,725,305

Current Obligation: $349,705,012

Actual Outlays: $387,092

Subaward Activity

Number of Subawards: 143

Total Subaward Amount: $36,229,298

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Timeline

Start Date: 2018-01-01

Current End Date: 2022-12-30

Potential End Date: 2022-12-30 00:00:00

Last Modified: 2024-02-14

More Contracts from General Atomics Aeronautical Systems, Inc.

View all General Atomics Aeronautical Systems, Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending