DoD's $33M Fort Irwin contract awarded to Valiant Global Defense Services for technical support

Contract Overview

Contract Amount: $32,955,695 ($33.0M)

Contractor: Valiant Global Defense Services Inc.

Awarding Agency: Department of Defense

Start Date: 2021-01-22

End Date: 2026-05-06

Contract Duration: 1,930 days

Daily Burn Rate: $17.1K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: BASE PERIOD SUPPORT FOR NTC TSC, FORT IRWIN, CALIFORNIA

Place of Performance

Location: FORT IRWIN, SAN BERNARDINO County, CALIFORNIA, 92310

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $33.0 million to VALIANT GLOBAL DEFENSE SERVICES INC. for work described as: BASE PERIOD SUPPORT FOR NTC TSC, FORT IRWIN, CALIFORNIA Key points: 1. Contract provides essential base period support for the National Training Center (NTC) at Fort Irwin. 2. The contract was awarded using full and open competition, suggesting a competitive bidding process. 3. The duration of the contract is over 5 years, indicating a long-term need for these services. 4. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 5. The award was a Delivery Order, implying it's part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract or a similar vehicle. 6. The primary contractor, Valiant Global Defense Services, will be responsible for delivering these technical services.

Value Assessment

Rating: good

The contract's base period value of approximately $33 million over five years suggests a moderate annual spend. Benchmarking this against similar technical support contracts for large military installations is crucial for a definitive value assessment. The Firm Fixed Price (FFP) structure is generally favorable for the government as it caps costs, but the overall value depends on the scope and quality of services delivered. Without specific performance metrics or comparisons to industry standards for similar support functions, a precise value-for-money judgment is difficult, but the competitive award process is a positive indicator.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of 3 bidders suggests a reasonable level of competition for this requirement. A competitive process generally leads to better price discovery and potentially more innovative solutions as contractors vie for the award. The number of bidders is moderate, and further analysis would be needed to determine if it represents the optimal level of competition for this type of service.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it drives down prices through market forces and encourages a wider pool of contractors to participate, potentially leading to cost savings.

Public Impact

The primary beneficiaries are the U.S. Army personnel and units training at Fort Irwin, California, who rely on this support for effective operations. Services delivered include technical support crucial for the functioning of the National Training Center (NTC). The geographic impact is concentrated at Fort Irwin, California, a major training facility. The contract supports a workforce involved in providing specialized technical and professional services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Professional, Scientific, and Technical Services sector, specifically 'All Other Professional, Scientific, and Technical Services.' This broad category encompasses a wide range of specialized support functions critical to government operations. The market for such services is competitive, with numerous firms offering expertise in areas like logistics, training support, and facility operations. The Department of Defense is a significant consumer of these services, with spending often concentrated at major installations like Fort Irwin.

Small Business Impact

The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses arising from a set-aside provision. However, the prime contractor, Valiant Global Defense Services, may choose to subcontract portions of the work to small businesses as part of their overall business strategy, which could indirectly benefit the small business ecosystem.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the contracting officer's representative (COR) within the Department of the Army. Accountability measures are inherent in the Firm Fixed Price contract type, which penalizes cost overruns by the contractor. Transparency is facilitated by the public award data, but detailed performance reports and Inspector General (IG) audits would provide deeper insights into accountability and effectiveness.

Related Government Programs

Risk Flags

Tags

defense, department-of-defense, army, fort-irwin, california, technical-services, professional-services, full-and-open-competition, firm-fixed-price, delivery-order, long-term-contract, base-support

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $33.0 million to VALIANT GLOBAL DEFENSE SERVICES INC.. BASE PERIOD SUPPORT FOR NTC TSC, FORT IRWIN, CALIFORNIA

Who is the contractor on this award?

The obligated recipient is VALIANT GLOBAL DEFENSE SERVICES 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 $33.0 million.

What is the period of performance?

Start: 2021-01-22. End: 2026-05-06.

What is the track record of Valiant Global Defense Services with similar DoD contracts?

Valiant Global Defense Services has a history of securing and performing on various government contracts, including those with the Department of Defense. Their portfolio often includes support services, base operations, and technical assistance. Analyzing their past performance on contracts of similar size, scope, and duration is essential. Key metrics to review would include on-time delivery, quality of service, adherence to budget (where applicable), and any past performance issues or awards. A review of contract databases and past performance evaluations would provide a clearer picture of their reliability and capability in fulfilling complex support requirements for military installations.

How does the annual value of this contract compare to similar support services at other military training facilities?

The approximate annual value of this contract, based on its $33 million total value over roughly 5 years (1930 days / 365 days/year ≈ 5.3 years), is around $6.2 million per year. To benchmark this, one would compare it to contracts providing similar base support, technical services, and operational assistance at other major Army training centers like Camp Pendleton (Marine Corps), or other DoD installations of comparable size and operational tempo. Factors such as the specific services required, geographic location, and the complexity of the training environment influence costs. A higher annual spend than comparable facilities might indicate a less efficient contract or a more demanding operational environment, while a lower spend could suggest better value or a less complex requirement.

What are the primary risks associated with this contract for the Department of the Army?

The primary risks for the Department of the Army (DoA) in this contract revolve around performance and contractor viability. A key risk is the potential for inadequate service delivery by Valiant Global Defense Services, which could disrupt critical training operations at Fort Irwin. Given the Firm Fixed Price nature, the DoA is somewhat protected from cost overruns, but the risk of poor quality or incomplete services remains. Another risk is contractor default or financial instability, though less likely for established firms. Ensuring the contractor maintains adequate staffing levels and possesses the necessary technical expertise throughout the contract's duration is also crucial. Robust oversight and clear performance standards are vital to mitigate these risks.

How effective is the Firm Fixed Price (FFP) contract type in managing costs for this type of service?

The Firm Fixed Price (FFP) contract type is generally considered effective for managing costs when the scope of work is well-defined and unlikely to change significantly. For base period support services at a training facility, where many requirements are routine and predictable, FFP shifts the risk of cost overruns to the contractor. This incentivizes the contractor to manage their expenses efficiently. However, if unforeseen circumstances arise or the scope needs to be modified, change orders under an FFP contract can become complex and potentially costly if not managed carefully. The effectiveness also depends on the contractor's ability to accurately estimate costs upfront and their willingness to absorb potential inefficiencies.

What is the historical spending trend for similar technical support services at Fort Irwin?

Analyzing historical spending trends for technical support services at Fort Irwin would provide valuable context. This involves examining past contracts awarded for similar functions, their values, durations, and the contractors involved. A consistent or increasing spending trend might indicate a growing need or rising costs in the sector. Conversely, a decreasing trend could suggest efficiency gains or reduced requirements. Understanding these patterns helps in assessing whether the current $33 million award is in line with historical investment, or if it represents a significant deviation that warrants further investigation into the underlying reasons, such as changes in mission requirements or market pricing.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesOther Professional, Scientific, and Technical ServicesAll Other Professional, Scientific, and Technical Services

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: W911S016R0003

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3940 RUFFIN RD STE C, SAN DIEGO, CA, 92123

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

Financial Breakdown

Contract Ceiling: $33,123,038

Exercised Options: $32,973,038

Current Obligation: $32,955,695

Subaward Activity

Number of Subawards: 8

Total Subaward Amount: $443,587

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: W911S018D0003

IDV Type: IDC

Timeline

Start Date: 2021-01-22

Current End Date: 2026-05-06

Potential End Date: 2026-05-06 00:00:00

Last Modified: 2025-12-02

More Contracts from Valiant Global Defense Services Inc.

View all Valiant Global Defense Services Inc. federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending