DoD's $16.9M R&D contract for threat reduction awarded to Southwest Research Institute
Contract Overview
Contract Amount: $16,896,831 ($16.9M)
Contractor: Southwest Research Institute
Awarding Agency: Department of Defense
Start Date: 2019-06-17
End Date: 2025-09-12
Contract Duration: 2,279 days
Daily Burn Rate: $7.4K/day
Competition Type: NOT COMPETED
Pricing Type: COST PLUS FIXED FEE
Sector: R&D
Official Description: TEST SERIES IN SUPPORT OF MULTIPLE DTRA PROGRAMS ADDRESSING USCENTCOM AND IMPROVISED-THREAT REQUIREMENTS
Place of Performance
Location: SAN ANTONIO, BEXAR County, TEXAS, 78238
State: Texas Government Spending
Plain-Language Summary
Department of Defense obligated $16.9 million to SOUTHWEST RESEARCH INSTITUTE for work described as: TEST SERIES IN SUPPORT OF MULTIPLE DTRA PROGRAMS ADDRESSING USCENTCOM AND IMPROVISED-THREAT REQUIREMENTS Key points: 1. Contract focuses on critical R&D for USCENTCOM and improvised threats. 2. Sole-source award raises questions about potential cost efficiencies. 3. Long duration (2019-2025) suggests complex, ongoing support needs. 4. Contractor has a strong track record in defense R&D. 5. Geographic focus on Texas may indicate specific regional testing or development. 6. Cost-plus-fixed-fee structure requires careful monitoring of expenditures.
Value Assessment
Rating: fair
The contract's value of $16.9 million over its period of performance (2019-2025) appears reasonable for specialized R&D in a critical defense area. However, without comparable sole-source contracts for similar services, a definitive value-for-money assessment is challenging. The cost-plus-fixed-fee (CPFF) pricing structure necessitates diligent oversight to ensure costs remain within projected bounds and that the fixed fee adequately compensates the contractor for the defined scope.
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 among multiple vendors. This approach is typically used when a specific contractor possesses unique capabilities or when urgency dictates a rapid award. The lack of competition means that price discovery through market forces was bypassed, potentially leading to higher costs than if multiple bids had been solicited.
Taxpayer Impact: For taxpayers, a sole-source award means there is a reduced likelihood of achieving the lowest possible price through competitive bidding. Oversight is crucial to ensure the government is not overpaying for the services rendered.
Public Impact
The primary beneficiaries are the U.S. military, specifically USCENTCOM, receiving advanced research and development to counter improvised threats. Services delivered include critical research and testing to enhance warfighter capabilities and reduce casualties. The geographic impact is primarily centered in Texas, where the contractor is located, potentially involving local testing facilities and personnel. Workforce implications include specialized R&D roles, likely requiring scientists, engineers, and technical support staff.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pressure on pricing.
- Cost-plus-fixed-fee structure can incentivize cost overruns if not tightly managed.
- Long contract duration may not adapt well to rapidly evolving threat landscapes without modification.
Positive Signals
- Southwest Research Institute is a reputable organization with extensive experience in defense R&D.
- Contract addresses critical national security requirements related to improvised threats.
- The fixed fee component provides some cost certainty for the government.
Sector Analysis
This contract falls within the Research and Development (R&D) sector, specifically focusing on physical, engineering, and life sciences. The market for defense R&D is characterized by high specialization, significant government investment, and long development cycles. Comparable spending benchmarks are difficult to establish due to the unique nature of threat reduction research, but overall DoD R&D spending is in the hundreds of billions annually.
Small Business Impact
This contract does not appear to have a small business set-aside component, as indicated by 'ss' and 'sb' being false. Southwest Research Institute is a large research organization. There is no explicit information provided regarding subcontracting plans to small businesses, which could be an area for further inquiry to ensure small business participation.
Oversight & Accountability
Oversight for this contract would primarily fall under the Defense Threat Reduction Agency (DTRA) and potentially the Department of Defense's Inspector General. The CPFF structure requires rigorous financial oversight to track expenditures against the fixed fee and ensure compliance with contract terms. Transparency is facilitated through contract reporting requirements, but the sole-source nature limits public visibility into the competitive process.
Related Government Programs
- DTRA Research and Development Programs
- USCENTCOM Threat Mitigation Initiatives
- Improvised Explosive Device (IED) Defeat Research
- Advanced Materials Research for Defense
- Counter-WMD Technologies
Risk Flags
- Sole-source award lacks competitive pricing.
- Cost-plus-fixed-fee structure requires vigilant cost control.
- Long contract duration may not be agile enough for rapidly evolving threats.
Tags
defense, department-of-defense, dtra, research-and-development, sole-source, cost-plus-fixed-fee, improvised-threats, uscentcom, texas, large-business, non-small-business, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $16.9 million to SOUTHWEST RESEARCH INSTITUTE. TEST SERIES IN SUPPORT OF MULTIPLE DTRA PROGRAMS ADDRESSING USCENTCOM AND IMPROVISED-THREAT REQUIREMENTS
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 $16.9 million.
What is the period of performance?
Start: 2019-06-17. End: 2025-09-12.
What is Southwest Research Institute's track record with sole-source R&D contracts for the Department of Defense?
Southwest Research Institute (SwRI) has a history of performing research and development for the Department of Defense, often through competitive awards but also occasionally through sole-source or limited competition vehicles when their specialized expertise is required. Their extensive experience in areas like advanced materials, sensor development, and threat analysis makes them a frequent choice for complex, unique R&D challenges. While specific data on their sole-source contract volume isn't readily available in this context, their overall performance record with the DoD is generally strong, marked by successful project completion and technical innovation. The CPFF structure on this particular contract suggests a need for close collaboration and detailed reporting, which SwRI is accustomed to providing.
How does the $16.9 million contract value compare to similar R&D efforts for improvised threat mitigation?
Benchmarking the $16.9 million value for this specific R&D effort is challenging due to the highly specialized and often classified nature of improvised threat mitigation research. Contracts in this domain can vary significantly based on the scope, technology maturity, and specific threats addressed. However, considering the multi-year duration (2019-2025) and the critical national security implications, the investment appears aligned with the complexity and importance of the work. Larger, more comprehensive R&D programs for advanced defense technologies can easily reach hundreds of millions or even billions. This contract likely represents a focused effort on specific aspects of threat reduction, making direct comparisons difficult without more granular detail on the technical objectives.
What are the primary risks associated with a sole-source, cost-plus-fixed-fee contract for R&D?
The primary risks associated with a sole-source, cost-plus-fixed-fee (CPFF) contract for R&D are twofold. Firstly, the sole-source nature eliminates the competitive pressure that typically drives down costs and encourages innovation. This can lead to the government paying a premium for the services. Secondly, the CPFF structure, while providing flexibility for evolving R&D requirements, carries the risk of cost overruns. If not meticulously managed and overseen, the contractor may have less incentive to control costs, as the government agrees to cover allowable costs plus a predetermined fixed fee. This necessitates robust government oversight of expenditures, progress tracking, and scope management to mitigate these risks and ensure value for taxpayer money.
How effective is the Defense Threat Reduction Agency (DTRA) in managing R&D contracts to ensure program effectiveness?
DTRA generally has a strong reputation for managing complex R&D programs aimed at reducing threats to national security. They employ program managers with deep technical expertise who work closely with contractors to define requirements, monitor progress, and ensure deliverables meet stringent standards. Their oversight mechanisms typically involve regular technical reviews, milestone tracking, and financial audits, especially for CPFF contracts. While specific effectiveness metrics for all DTRA programs are not publicly detailed, the agency's continued funding and its role in addressing critical WMD and emerging threats suggest a high degree of success in guiding R&D efforts towards impactful outcomes. Challenges can arise, as with any large R&D organization, but DTRA's focus on threat reduction provides a clear mission objective.
What are the historical spending patterns for R&D related to improvised threats by the Department of Defense?
The Department of Defense has consistently allocated significant funding towards R&D for countering improvised threats, particularly since the early 2000s due to the prevalence of Improvised Explosive Devices (IEDs) in conflicts. Spending in this area has fluctuated based on operational needs and technological advancements, often exceeding billions of dollars annually across various services and agencies like DTRA, DARPA, and service-specific research labs. Funding typically supports research into detection, defeat, material science, electronic countermeasures, and consequence management. While specific historical figures for 'improvised threats' as a distinct category can be broad, the overall trend shows sustained investment in developing countermeasures and advanced technologies to protect U.S. forces and allies.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Scientific Research and Development Services › Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
Product/Service Code: RESEARCH AND DEVELOPMENT › DEFENSE (OTHER) R&D
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: HDTRA118R0004
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 6220 CULEBRA RD, SAN ANTONIO, TX, 78238
Business Categories: Category Business, Corporate Entity Tax Exempt, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $43,298,417
Exercised Options: $20,638,269
Current Obligation: $16,896,831
Actual Outlays: $4,912,355
Subaward Activity
Number of Subawards: 22
Total Subaward Amount: $5,325,926
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HDTRA118D0002
IDV Type: IDC
Timeline
Start Date: 2019-06-17
Current End Date: 2025-09-12
Potential End Date: 2025-09-12 00:00:00
Last Modified: 2025-09-15
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)