Department of the Army awarded $347.7M contract for ordnance accessories, raising questions about competition and value

Contract Overview

Contract Amount: $347,771,122 ($347.8M)

Contractor: General Dynamics-Ots, Inc.

Awarding Agency: Department of Defense

Start Date: 2006-07-12

End Date: 2012-02-29

Contract Duration: 2,058 days

Daily Burn Rate: $169.0K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: VEHICLE SET (P/N 13004403)

Place of Performance

Location: BURLINGTON, CHITTENDEN County, VERMONT, 05401

State: Vermont Government Spending

Plain-Language Summary

Department of Defense obligated $347.8 million to GENERAL DYNAMICS-OTS, INC. for work described as: VEHICLE SET (P/N 13004403) Key points: 1. The contract's value of over $347 million warrants scrutiny regarding its alignment with market rates and potential for cost efficiencies. 2. A sole-source award suggests limited market exploration, potentially impacting price discovery and taxpayer value. 3. The duration of the contract (2058 days) indicates a long-term commitment, necessitating robust performance monitoring. 4. The 'Other Ordnance and Accessories Manufacturing' sector is critical for defense readiness, but requires careful oversight to ensure effective spending. 5. The absence of a small business set-aside raises questions about opportunities for smaller firms in this procurement. 6. The contract's 'FIRM FIXED PRICE' type offers cost certainty but relies heavily on accurate initial pricing.

Value Assessment

Rating: questionable

Benchmarking the value of this $347.7 million contract for ordnance accessories is challenging without specific unit cost data. However, the significant total award amount, especially when procured on a sole-source basis, suggests a potential for inflated pricing compared to a competitively bid scenario. The 'FIRM FIXED PRICE' contract type implies that the government accepted the contractor's proposed price, making it crucial to understand the basis of that pricing. Without comparative data from similar sole-source awards or open market prices for comparable items, it is difficult to definitively assess value for money, but the lack of competition inherently introduces risk.

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. This indicates that the Department of the Army identified a specific need that could only be met by a single source, or that competition was deemed impractical or not in the government's best interest at the time of award. The lack of multiple bidders means there was no direct price comparison or negotiation driven by market forces, which can limit price discovery and potentially lead to higher costs for the government.

Taxpayer Impact: Sole-source awards mean taxpayers do not benefit from the cost savings typically achieved through competitive bidding. This can result in higher overall expenditure for the government and, consequently, for taxpayers.

Public Impact

The primary beneficiaries are the Department of the Army and potentially other branches of the U.S. military requiring ordnance accessories. The contract delivers essential components for military operations, contributing to national defense capabilities. The geographic impact is primarily within the United States, supporting defense manufacturing and supply chains. Workforce implications include employment within General Dynamics-OTS, Inc. and its supply chain, particularly in manufacturing roles.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The 'Other Ordnance and Accessories Manufacturing' sector is a niche but vital part of the defense industrial base. This contract falls within a segment focused on specialized components that are crucial for military readiness. Spending in this sector is often characterized by long-term relationships, high barriers to entry due to technical expertise and security requirements, and significant government investment. Comparable spending benchmarks are difficult to establish without more specific product details, but the overall defense procurement budget indicates substantial investment in maintaining and modernizing ordnance capabilities.

Small Business Impact

This contract does not appear to have included a small business set-aside, as indicated by 'sb': false. This means that opportunities for small businesses to directly participate as the prime contractor were likely limited. While General Dynamics-OTS, Inc. may engage small businesses as subcontractors, the absence of a set-aside means the primary contract award did not prioritize small business participation. This could limit the direct economic benefits to the small business ecosystem from this specific procurement.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of the Army's contracting and program management offices. Accountability measures would be tied to the performance requirements outlined in the contract and the 'FIRM FIXED PRICE' terms. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any allegations of fraud, waste, or abuse arise during the contract's performance or close-out.

Related Government Programs

Risk Flags

Tags

defense, department-of-the-army, ordnance-and-accessories, sole-source, firm-fixed-price, large-contract, general-dynamics-ots, fiscal-year-2006, fiscal-year-2012, manufacturing, us-government

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $347.8 million to GENERAL DYNAMICS-OTS, INC.. VEHICLE SET (P/N 13004403)

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 (Department of the Army).

What is the total obligated amount?

The obligated amount is $347.8 million.

What is the period of performance?

Start: 2006-07-12. End: 2012-02-29.

What is the specific nature of the 'VEHICLE SET (P/N 13004403)' and why was it deemed a sole-source requirement?

The 'VEHICLE SET (P/N 13004403)' refers to a specific part or set of parts designated by the manufacturer's part number. Without further classification or description within the provided data, its exact function remains unspecified beyond being related to ordnance accessories. The reason for a sole-source award typically stems from unique technical requirements, proprietary technology, lack of viable alternatives, or urgent and compelling needs where competition is not feasible or would cause unacceptable delays. For this particular contract, the data does not elaborate on the specific justification for the sole-source designation, which is a critical piece of information for assessing the necessity and potential cost implications of not competing the procurement.

How does the $347.7 million contract value compare to historical spending on similar ordnance accessories by the Department of the Army?

Comparing the $347.7 million contract value to historical spending requires access to detailed historical procurement data for similar ordnance accessories. The provided data only includes this single contract's award amount and duration (2006-2012). To establish a benchmark, one would need to analyze prior contracts for the same or comparable 'VEHICLE SET' or similar ordnance components awarded to General Dynamics-OTS, Inc. or other manufacturers. This analysis would involve looking at the total dollar value, quantity, and unit prices over time. Without this historical context, it's difficult to determine if this award represents an increase, decrease, or stable level of spending for such items, making it hard to assess value for money in a historical context.

What are the key performance indicators (KPIs) and oversight mechanisms in place for this contract, given its sole-source nature and long duration?

For a sole-source contract of this magnitude and duration (2006-2012, approximately 5.6 years), robust oversight and clearly defined Key Performance Indicators (KPIs) are essential. While the specific KPIs are not detailed in the provided data, they would typically include metrics related to delivery schedules, quality control (defect rates, adherence to specifications), technical performance, and compliance with contract terms. Oversight mechanisms would involve regular program reviews, technical inspections, contract administration by the Defense Contract Management Agency (DCMA) or equivalent, and potentially milestone-based payments tied to performance. The 'FIRM FIXED PRICE' nature implies that the contractor bears the risk of cost overruns, but the government must ensure the contractor meets all performance and quality standards to receive payment.

What is the track record of General Dynamics-OTS, Inc. in fulfilling similar defense contracts, particularly those involving ordnance?

General Dynamics Ordnance and Tactical Systems (OTS), now part of General Dynamics Land Systems, has a long-standing and significant track record in manufacturing ordnance, munitions, and related systems for the U.S. military and international allies. They are known for producing a wide range of products, including large-caliber cannons, mortar systems, and various types of ammunition. Their history includes numerous large-scale contracts with the Department of Defense. While specific performance details for every contract are not publicly available, the company's continued role as a major defense contractor suggests a generally reliable performance history in delivering complex defense materiel. However, like any large contractor, past performance reviews and specific contract outcomes would need to be examined for a comprehensive assessment.

What are the potential risks associated with a sole-source award for ordnance accessories, and how might they be mitigated?

The primary risks associated with a sole-source award for ordnance accessories include higher costs due to lack of competition, potential for complacency from the sole provider leading to reduced innovation or quality over time, and vulnerability in the supply chain if the sole provider faces production issues. Mitigation strategies involve rigorous negotiation of the contract terms, including price, delivery schedules, and quality standards. The government should conduct thorough market research even for sole-source justifications to ensure no viable alternatives exist and to establish a fair and reasonable price. Continuous monitoring of the contractor's performance, financial stability, and adherence to specifications is crucial. Furthermore, contingency planning for supply chain disruptions and exploring potential second sources for future procurements can help mitigate long-term risks.

How does the $347.7 million expenditure on this contract fit within the broader context of Department of the Army spending on ordnance and accessories?

The $347.7 million expenditure represents a significant investment within the Department of the Army's budget for ordnance and accessories. While this single contract value is substantial, it needs to be viewed in the context of the Army's overall annual spending on defense materiel, which often runs into tens or hundreds of billions of dollars. Ordnance and accessories are critical components for maintaining combat readiness and modernizing forces. This contract likely supports a specific program or a fleet of vehicles requiring these specialized parts. Understanding its place requires comparing it to the total budget allocated for similar procurements, the number of active ordnance programs, and the strategic importance placed on the specific capabilities enabled by these accessories.

Industry Classification

NAICS: ManufacturingOther Fabricated Metal Product ManufacturingOther Ordnance and Accessories Manufacturing

Product/Service Code: AMMUNITION AND EXPLOSIVES

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: General Dynamics Corp (UEI: 001381284)

Address: 128 LAKESIDE AVE, BURLINGTON, VT, 00

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

Financial Breakdown

Contract Ceiling: $347,771,122

Exercised Options: $347,771,122

Current Obligation: $347,771,122

Contract Characteristics

Cost or Pricing Data: YES

Timeline

Start Date: 2006-07-12

Current End Date: 2012-02-29

Potential End Date: 2012-02-29 00:00:00

Last Modified: 2012-07-30

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