DoD's $257M engineering services contract awarded to General Dynamics Mission Systems, Inc. with no competition
Contract Overview
Contract Amount: $256,852,031 ($256.9M)
Contractor: General Dynamics Mission Systems, Inc.
Awarding Agency: Department of Defense
Start Date: 2022-07-14
End Date: 2028-06-30
Contract Duration: 2,178 days
Daily Burn Rate: $117.9K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST PLUS INCENTIVE FEE
Sector: Defense
Official Description: GFE TRANSPORTATION - SCN
Place of Performance
Location: PITTSFIELD, BERKSHIRE County, MASSACHUSETTS, 01201
Plain-Language Summary
Department of Defense obligated $256.9 million to GENERAL DYNAMICS MISSION SYSTEMS, INC. for work described as: GFE TRANSPORTATION - SCN Key points: 1. The contract's cost-plus-incentive-fee structure aims to align contractor performance with government objectives. 2. Awarded as a definitive contract, it suggests a long-term need for specialized engineering services. 3. The lack of competition raises questions about potential price overruns and limited market engagement. 4. The contract duration of nearly six years indicates a significant, ongoing requirement. 5. Engineering services are critical for defense modernization, but the procurement method warrants scrutiny. 6. The contract's value places it among substantial investments in defense engineering capabilities.
Value Assessment
Rating: questionable
Benchmarking the value of this contract is challenging without comparable sole-source engineering service awards. The cost-plus-incentive-fee (CPIF) pricing structure, while common for complex projects, can lead to cost overruns if not managed diligently. The total obligated amount is substantial, suggesting a significant scope of work. Without competitive bids, it's difficult to ascertain if the pricing reflects fair market value or if taxpayers are potentially overpaying for the engineering services rendered.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one vendor, General Dynamics Mission Systems, Inc., was solicited. This procurement approach bypasses the standard competitive bidding process. While sole-source awards can be justified under specific circumstances (e.g., unique capabilities, urgent needs), the lack of competition limits the government's ability to explore alternative solutions and potentially secure more favorable pricing through a bidding process.
Taxpayer Impact: Sole-source awards mean taxpayers do not benefit from the price reductions typically achieved through competitive bidding. This can result in higher overall costs for the government and, consequently, for taxpayers.
Public Impact
The Department of the Navy benefits from specialized engineering services crucial for its operational readiness and technological advancement. This contract supports the development and sustainment of complex defense systems. The services are likely concentrated in areas where General Dynamics Mission Systems possesses unique expertise, potentially impacting specific defense programs. The contract may indirectly support a specialized engineering workforce within General Dynamics and its subcontractors.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to higher costs for taxpayers.
- Sole-source award limits opportunities for other capable firms.
- Cost-plus-incentive-fee contracts require robust oversight to control costs.
- Long contract duration increases exposure to potential cost escalations.
Positive Signals
- Award to a known entity suggests potential for reliable service delivery.
- CPIF structure incentivizes contractor performance, potentially leading to better outcomes.
- Engineering services are vital for maintaining technological superiority in defense.
Sector Analysis
This contract falls within the Engineering Services sector (NAICS 541330), a critical component of the broader defense industrial base. The market for specialized defense engineering is often characterized by high barriers to entry due to technical expertise, security clearances, and established relationships. While the overall market size for defense engineering is substantial, specific niches may be dominated by a few key players like General Dynamics. This contract represents a significant portion of spending within this specialized engineering domain for the Department of the Navy.
Small Business Impact
This contract was not set aside for small businesses, nor does it indicate specific subcontracting requirements for small businesses in the provided data. The sole-source nature of the award further limits opportunities for small business participation unless they are direct subcontractors to General Dynamics Mission Systems, Inc. This could mean missed opportunities for small businesses to compete for and contribute to significant defense engineering projects.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of the Navy's contracting and program management offices. The cost-plus-incentive-fee structure necessitates close monitoring of costs, performance metrics, and achievement of incentive targets. Transparency may be limited due to the sole-source nature, but contract performance reviews and financial audits are standard oversight mechanisms. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Department of Defense Research and Development
- Naval Systems Engineering Support
- Defense Contractor Services
- Engineering and Technical Services
Risk Flags
- Sole-source award
- Potential for cost overruns (CPIF)
- Limited market engagement
- Long contract duration
Tags
defense, department-of-the-navy, general-dynamics-mission-systems, engineering-services, definitive-contract, sole-source, cost-plus-incentive-fee, large-contract, long-term-contract, massachusetts, professional-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $256.9 million to GENERAL DYNAMICS MISSION SYSTEMS, INC.. GFE TRANSPORTATION - SCN
Who is the contractor on this award?
The obligated recipient is GENERAL DYNAMICS MISSION SYSTEMS, INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Navy).
What is the total obligated amount?
The obligated amount is $256.9 million.
What is the period of performance?
Start: 2022-07-14. End: 2028-06-30.
What is the track record of General Dynamics Mission Systems, Inc. in delivering similar engineering services for the Department of Defense?
General Dynamics Mission Systems, Inc. (GDMS) has a long-standing and extensive track record of providing complex engineering, technology, and mission systems solutions to the Department of Defense and other government agencies. They are known for their work in areas such as command and control systems, cybersecurity, intelligence, surveillance, and reconnaissance (ISR), and strategic systems. GDMS has been involved in numerous large-scale defense programs, often serving as a prime contractor. Their performance history typically includes delivering sophisticated hardware and software solutions, system integration, and lifecycle support. While specific performance metrics for individual contracts are often not publicly detailed, GDMS is generally considered a major and capable defense contractor with significant experience in the types of engineering services likely encompassed by this award. However, like any large contractor, they may have faced past performance issues on specific projects, which would typically be evaluated during a competitive procurement process.
How does the value of this contract compare to other engineering services contracts awarded by the Department of the Navy?
The $257 million value of this definitive contract for engineering services is substantial, placing it among significant investments made by the Department of the Navy in this domain. While the Navy awards numerous contracts, the size of this award suggests a major, long-term requirement. To provide a precise comparison, one would need to analyze the Navy's historical contract data for similar NAICS codes (e.g., 541330 - Engineering Services) and contract types (e.g., Cost Plus Incentive Fee). However, contracts in the hundreds of millions of dollars are not uncommon for major defense platforms, system development, or sustainment efforts. The fact that this is a sole-source award of this magnitude is noteworthy, as competitive procurements often aim to distribute work and leverage market competition to achieve better value, whereas sole-source awards concentrate spending with a single provider.
What are the primary risks associated with a sole-source, cost-plus-incentive-fee contract of this magnitude?
The primary risks associated with a sole-source, cost-plus-incentive-fee (CPIF) contract of this magnitude are multifaceted. Firstly, the sole-source nature eliminates competitive pressure, increasing the risk of inflated pricing and potentially suboptimal value for taxpayers. Without competing bids, the government lacks a benchmark to ensure fair market value. Secondly, CPIF contracts, while designed to incentivize performance, carry inherent risks of cost overruns. If the target costs are not well-defined or if the incentive structure is not robustly designed, the contractor may not be sufficiently motivated to control expenses, leading to costs exceeding initial estimates. The government bears a significant portion of the cost risk, and the incentive fees can further increase the final price if performance targets are met or exceeded. Finally, the long duration (nearly six years) amplifies these risks, as market conditions, technological requirements, and cost structures can change significantly over time, potentially leading to inefficiencies or the need for costly contract modifications.
What does the 'Engineering Services' classification (NAICS 541330) typically entail within a defense context?
Within a defense context, the 'Engineering Services' classification (NAICS 541330) encompasses a broad range of activities critical to the design, development, testing, integration, and sustainment of military systems and platforms. This can include conceptual design, systems engineering, requirements analysis, hardware and software development, simulation and modeling, technical analysis, program management support, cybersecurity engineering, and lifecycle support. For the Department of the Navy, these services are essential for everything from naval vessels and aircraft to communication systems, weapons platforms, and shore-based infrastructure. The services often require highly specialized technical expertise, adherence to stringent military standards and specifications, and the ability to work with classified information and advanced technologies. This contract likely supports the Navy's efforts to maintain, modernize, or develop complex defense capabilities.
How might the lack of competition impact the government's ability to leverage technological advancements from the broader market?
The lack of competition in a sole-source award significantly limits the government's ability to leverage technological advancements from the broader market. When a contract is competed, multiple vendors are encouraged to propose their best solutions, often incorporating the latest innovations and efficiencies to win the business. This process naturally surfaces a wider array of technological approaches and potentially more cost-effective methods. In a sole-source scenario, the government is reliant on the incumbent contractor's existing capabilities and willingness to innovate. While General Dynamics Mission Systems is a technologically advanced company, they are not exposed to the competitive pressure that compels firms to constantly seek out and integrate cutting-edge solutions from diverse sources. This can lead to a slower adoption of new technologies or a reliance on legacy systems, potentially hindering the government's ability to maintain a technological edge over adversaries.
What are the potential implications of a nearly six-year contract duration for cost control and adaptability?
A nearly six-year contract duration presents both opportunities and challenges for cost control and adaptability. On the positive side, a longer duration can provide stability and predictability for the contractor, potentially allowing for more efficient long-term planning and investment in resources, which could translate to cost savings. It also reduces the administrative burden and transaction costs associated with frequent re-procurement. However, the extended timeline significantly increases the risk of cost escalation due to inflation, changes in labor rates, material costs, and evolving technological requirements. Adaptability can also become a concern; if the underlying needs or technological landscape shifts dramatically over six years, the contract may become rigid and difficult to modify without substantial renegotiation or change orders, potentially leading to inefficiencies or the need for costly workarounds. Robust contract management and mechanisms for periodic review and adjustment are crucial to mitigate these risks.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: FIRE CONTROL EQPT.
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: N0003022R1003
Offers Received: 1
Pricing Type: COST PLUS INCENTIVE FEE (V)
Evaluated Preference: NONE
Contractor Details
Parent Company: Wico Limited
Address: 100 PLASTICS AVE, PITTSFIELD, MA, 01201
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: $268,756,547
Exercised Options: $261,404,898
Current Obligation: $256,852,031
Subaward Activity
Number of Subawards: 279
Total Subaward Amount: $52,602,300
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Timeline
Start Date: 2022-07-14
Current End Date: 2028-06-30
Potential End Date: 2028-06-30 00:00:00
Last Modified: 2025-12-23
More Contracts from General Dynamics Mission Systems, Inc.
- 200410!005969!2100!w15p7t!usa Communications-Electronics !w15p7t04ce405 !A!N! !N! ! !20040716!20111230!046863929!046863929!001381284!n!general Dynamics Decision Syst!8201 E Mcdowell Road !scottsdale !az!85257!65000!013!04!scottsdale !maricopa !arizona !+000010000000!n!n!000000000000!ac63!rdte/Electronics&communication Eq-Adv Tech DEV !A7 !electronics and Communication Equip !360 !jtrs Cluster I !541330!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!b! !A!N!Z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! ! ! ! !0001! ! — $1.5B (Department of Defense)
- Federal Contract — $1.4B (Department of Defense)
- THE Space Network (SN) Consists of a Space Segment Comprised of the Tracking and Data Relay Satellites (tdrss), and a Ground Segment (sngs). the SN Provides the Capability for Global Space-To-Ground Telecommunications and Tracking Coverage for LOW Earth Orbit (LEO) and Near-Earth Spaceflight Missions, Including Both Robotic and Human Space Flight. the Sngs Includes Facilities and Systems Located AT the White Sands Complex (WSC) AT LAS Cruces, NM the Guam Remote Ground Terminal (grgt) AT Guam and Space Network Expansion (SNE) East AT Blossom Point, MD. the Purpose of the Sgss Project IS to Implement a Modern Ground Segment That Will Enable the SN to Continue to Deliver High Quality Services to the SN Community, Meet Stakeholder Requirements, and Significantly Reduce Required Operations and Maintenance Resources — $1.2B (National Aeronautics and Space Administration)
- Federal Contract — $1.2B (Department of Defense)
- SDA Tranche 1 Operations and Integration — $861.6M (Department of Defense)
View all General Dynamics Mission Systems, Inc. federal contracts →
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)