General Dynamics-OTS awarded $106M for Improved Lethality Warhead (ILW) ammunition, a firm-fixed-price contract

Contract Overview

Contract Amount: $105,927,302 ($105.9M)

Contractor: General Dynamics-Ots, Inc.

Awarding Agency: Department of Defense

Start Date: 2016-06-14

End Date: 2019-11-06

Contract Duration: 1,240 days

Daily Burn Rate: $85.4K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: IMPROVED LETHAIITY WARHEAD (ILW)

Place of Performance

Location: NICEVILLE, OKALOOSA County, FLORIDA, 32578

State: Florida Government Spending

Plain-Language Summary

Department of Defense obligated $105.9 million to GENERAL DYNAMICS-OTS, INC. for work described as: IMPROVED LETHAIITY WARHEAD (ILW) Key points: 1. Contract awarded through full and open competition, suggesting a competitive bidding process. 2. The contract type is firm fixed price, which shifts cost risk to the contractor. 3. The contract duration of 1240 days indicates a significant, long-term requirement. 4. The North American Industry Classification System (NAICS) code 332993 points to ammunition manufacturing. 5. The contract was awarded by the Department of Defense, a major federal spender. 6. The contract was managed by the Defense Contract Management Agency. 7. The warhead is intended to improve lethality, a key defense objective. 8. The contract was awarded to General Dynamics-OTS, Inc., a known defense contractor.

Value Assessment

Rating: good

While specific value-for-money metrics are not provided, the firm-fixed-price contract type is generally favorable for the government as it caps costs. Benchmarking against similar warhead development or procurement contracts would be necessary for a more precise value assessment. The total award amount of approximately $106 million over a multi-year period suggests a substantial investment in enhancing munition capabilities.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'full and open competition,' indicating that all responsible sources were permitted to submit bids. This typically leads to a more robust selection of offers and potentially better pricing due to market forces. The presence of two bids (no) suggests a competitive landscape, though the exact number of bidders can influence price discovery.

Taxpayer Impact: Full and open competition generally benefits taxpayers by fostering a competitive environment that can drive down costs and encourage innovation from multiple contractors.

Public Impact

The primary beneficiaries are the U.S. military forces who will receive enhanced warhead capabilities for their munitions. The services delivered include the manufacturing and supply of improved lethality warheads. The geographic impact is national, supporting defense readiness across various military branches. Workforce implications include jobs in manufacturing, engineering, and quality assurance within the defense industrial base, particularly at General Dynamics-OTS facilities.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the defense sector, specifically the manufacturing of ammunition and ordnance. The market for such specialized components is dominated by a few large defense contractors. Spending in this area is driven by military modernization efforts and the need to maintain a technological edge. Comparable spending benchmarks would involve analyzing other contracts for similar warhead systems or ammunition upgrades.

Small Business Impact

The data indicates that small business participation was not a primary focus, as the 'small business set-aside' (sb) flag is false. There is no explicit information on subcontracting plans for small businesses. This suggests that the prime contract was awarded to a large business, and any small business involvement would likely be through the prime contractor's own subcontracting initiatives, which are not detailed here.

Oversight & Accountability

Oversight for this contract would typically be managed by the Defense Contract Management Agency (DCMA), which is responsible for ensuring contractor performance and compliance. Accountability measures are inherent in the firm-fixed-price contract terms, which obligate the contractor to deliver specified goods at an agreed-upon price. Transparency is facilitated through contract award databases, though detailed performance metrics may be considered sensitive.

Related Government Programs

Risk Flags

Tags

defense, ammunition, warhead, general-dynamics-ots, department-of-defense, firm-fixed-price, full-and-open-competition, ordnance, manufacturing, national-security, florida, definitive-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $105.9 million to GENERAL DYNAMICS-OTS, INC.. IMPROVED LETHAIITY WARHEAD (ILW)

Who is the contractor on this award?

The obligated recipient is GENERAL DYNAMICS-OTS, 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 $105.9 million.

What is the period of performance?

Start: 2016-06-14. End: 2019-11-06.

What is the historical spending pattern for Improved Lethality Warheads (ILW) by the Department of Defense?

Analyzing historical spending on ILW requires access to detailed contract databases beyond this single award. However, the Department of Defense consistently invests significant sums in munition upgrades to maintain battlefield superiority. Spending on warhead technology is often cyclical, driven by technological advancements, evolving threat assessments, and specific program requirements. This $106 million contract represents a substantial, multi-year investment, suggesting a significant program initiative rather than routine replenishment. To understand the full pattern, one would need to examine prior contracts for similar warheads, research and development efforts in this area, and future planned procurements to identify trends in investment and technological focus.

How does the unit cost of these warheads compare to similar systems procured by other military branches or allied nations?

Determining the precise unit cost requires dividing the total contract value by the number of units procured, which is not provided in the data. Assuming the $106 million covers the entire contract duration and quantity, a rough estimate could be made if the quantity were known. Benchmarking against similar systems is crucial. For instance, comparing the cost per warhead to systems used by the Army, Navy, or Air Force, or even to those procured by allied nations through NATO or bilateral agreements, would reveal cost-effectiveness. Factors like technological sophistication, production volume, and specific performance requirements heavily influence unit costs. Without the quantity or more detailed cost breakdowns, a direct comparison is speculative, but the firm-fixed-price nature suggests the government sought cost certainty.

What are the key performance indicators (KPIs) used to measure the success of the Improved Lethality Warhead (ILW) program?

Key performance indicators for an ILW program would likely focus on lethality enhancement, reliability, safety, and cost-effectiveness. Specific metrics could include increased penetration capability against hardened targets, improved blast effects, reduced duds or misfires, adherence to safety standards during handling and deployment, and performance within specified environmental conditions. The 'improved lethality' itself would be quantified through rigorous testing against representative targets. Reliability would be measured by the percentage of successful detonations when intended. While not explicitly stated in the award data, the government would have established acceptance criteria and testing protocols that the contractor must meet for successful contract completion.

What is General Dynamics-OTS, Inc.'s track record with similar ammunition or warhead contracts?

General Dynamics-OTS, Inc. (now part of General Dynamics Ordnance and Tactical Systems) has a long-standing and extensive track record in manufacturing munitions and ordnance for the U.S. military and allied nations. They are a major producer of various types of ammunition, including artillery shells, mortar rounds, and tank rounds. Their experience likely encompasses the design, development, and production of warheads, fuses, and related components. The award of this $106 million contract for ILW suggests the government has confidence in their capabilities based on past performance. A deeper dive would involve reviewing their contract history for similar programs, including any past performance evaluations or awards related to advanced warhead technology.

What are the potential risks associated with the full and open competition for this type of specialized defense contract?

While full and open competition is generally beneficial, risks can still exist for specialized defense contracts like this. One risk is that only a limited number of highly specialized companies possess the necessary technology and manufacturing capabilities, potentially leading to less robust competition than anticipated. Another risk is the complexity of evaluating highly technical proposals, which can be time-consuming and resource-intensive for the government. Furthermore, if the technical requirements are not clearly defined, bidders might propose solutions that do not fully meet the government's needs, or the government might struggle to accurately assess the best value. Ensuring that all potential bidders have adequate information and opportunity to compete is crucial.

How does the firm-fixed-price (FFP) contract type impact the government's exposure to cost overruns compared to other contract types?

The firm-fixed-price (FFP) contract type is designed to provide the government with the most cost certainty. Under an FFP agreement, the contractor assumes the primary responsibility for all costs incurred and is obligated to deliver the specified goods or services at the negotiated price, regardless of the actual costs. This significantly limits the government's exposure to cost overruns, unlike cost-reimbursement contracts where the government bears the risk of higher-than-expected costs. However, FFP contracts often include higher initial prices to compensate the contractor for taking on this risk. The government's main exposure under FFP relates to potential scope creep or contractor non-performance, which could necessitate contract modifications or termination actions.

Industry Classification

NAICS: ManufacturingOther Fabricated Metal Product ManufacturingAmmunition (except Small Arms) Manufacturing

Product/Service Code: AMMUNITION AND EXPLOSIVES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: FA868116R0007

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Wico Limited

Address: 115 HART ST, NICEVILLE, FL, 32578

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

Financial Breakdown

Contract Ceiling: $176,536,794

Exercised Options: $105,927,302

Current Obligation: $105,927,302

Actual Outlays: $8,960,325

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2016-06-14

Current End Date: 2019-11-06

Potential End Date: 2019-11-06 00:00:00

Last Modified: 2025-03-28

More Contracts from General Dynamics-Ots, Inc.

View all General Dynamics-Ots, Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending