Back to news

April 2, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

Pentagon turns to new buying tools 10 times more often

By: Aaron Mehta

WASHINGTON — The amount of funding for defense research awarded through other transaction authorities have increased nearly tenfold in five years, according to a new analysis seen exclusively by Defense News.

The report, by data and analytics firm Govini, shows the use of OTAs and small business innovation research contracts has expanded to the point that, in 2019, the two methods accounted for $9.6 billion, or 10 percent of the Defense Department's research, development, test and evaluation spending.

OTAs are small contracts awarded to companies of any size, in theory targeted at nontraditional defense contractors, with the purpose of conducting research or prototype efforts on a specific project; they are not subject to Federal Acquisition Regulation rules. SBIR contracts are targeted at small businesses in order to act as seed money for them to conduct research and development efforts; they are subject to the FAR rules.

Overall, $34.5 billion have been handed out in the last five years through the two contracting methods, to 6,503 unique vendors. However, more than half the OTA dollars are going to only three consortia.

The two contracting methods may be about to jump in importance for the department, in light of the new coronavirus outbreak. Navy acquisition head Hondo Geurts, in a March 24 memo, ordered his workforce to do what they can to keep small companies assigned to naval research programs on track, including specifically calling out the need to protect SBIR efforts.

Govini tracked the use of OTA and SBIR contracts over a five-year period, from fiscal 2015 through fiscal 2019.

“The Defense Department's surging use of OTAs reflects its strong desire to break free from the stringent acquisition process, better access innovative technologies, and lure new companies to the defense ecosystem who otherwise may not see the federal government as a viable or lucrative potential market,” said Tara Murphy Dougherty, Govini CEO.

“Fundamentally, the Department is driven by the imperative to outpace China's military modernization in order to retain a military advantage, and they understand that leveraging emerging technologies and the very best technology available in American industry — not just the Defense Industrial Base — are critical to achieving that goal,” she added.

OTA dominance

The numbers tell a particularly stark story of how the department is increasing its use of OTA contracts. From 2015-2017, the government awarded $12.5 billion in SBIR contracts, versus $4.9 billion in OTA contracts. But from 2018-2019, the government awarded $5.7 billion in SBIR contracts, while it handed out $11.4 billion in OTA deals — an increase large enough to nearly draw even over the five-year period.

That increase in OTA funding also ties into the mission laid out by the National Defense Strategy, which encourages a focus on great power competition with China and Russia. According to Govini, the two biggest OTA investments of RDT&E dollars during this time period were $5 billion for munitions and long-range fires, and $3 billion for space systems.

While the dollar totals are becoming closer, overall SBIR recipients continue to dwarf OTAs — 6,213 to 290 during the five-year period.

In the number of OTA awards per service, the Army leads the way. (Govini)

In the number of OTA awards per service, the Army leads the way. (Govini)

The Army leads the way with use of the two contract methods ($14.1 billion) during this period, followed by the Air Force ($10.4 billion), defensewide agencies ($6 billion) and the Navy ($4 billion).

The two contract types also split their dollars in divergent ways. The top SBIR vendor, Colsa Corporation, received 4 percent of total SBIR awards, and the top ten (which includes Colsa) received less than 20 percent of the overall total.

In comparison, the top three OTA vendors are consortia managers that make up more than half of total OTA contracts. Those three are Analytic Services Inc. ($5.429 billion), Advanced Technology International ($1.616 billion) and Consortium Management Group Inc. ($1.238 billion).

Traditional defense corporations are taking advantage of OTAs as well. The fourth highest recipient of OTA money is United Launch Alliance, co-owned by Lockheed Martin and Boeing; the sixth highest recipient is Lockheed; the eight highest is Northrop Grumman; and the 10th highest is Boeing.

Given that OTAs were designed to reach out to nontraditional defense firms, “it's surprising how many traditional defense contractors benefit from OTA arrangements,” Murphy Dougherty said. “Lockheed Martin, Northrop Grumman, and Boeing were all top OTA vendors over the past five years. This is a good example of how accessing the data can help the Department measure its success in terms of achieving intended outcomes through actions like increased OTA use.”

Earlier this month, Ellen Lord, the Defense Department's top acquisition official, was asked at a McAleese & Associates conference about data that shows prime contractors taking advantage of OTA contracts. Lord indicated her office needed to gather more data on the issue before taking a look.

“The whole premise of OTAs was to get the nontraditional [vendors] and the smalls there,” Lord responded. “I find it hard to imagine a situation where large primes would predominately use OTAs, but I don't know what I don't know. That wasn't the objective.

“Oversight is one of our responsibilities in A&S [the office of acquisition and sustainment] that I take very seriously, so we need to make sure that we don't have unintended results from some of the polices that we implement. We're always trying to improve that.”

https://www.defensenews.com/industry/2020/04/01/pentagon-turns-to-new-buying-tools-10-times-more-often/

On the same subject

  • Contract Awards by US Department of Defense - October 29, 2018

    October 30, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 29, 2018

    DEFENSE LOGISTICS AGENCY Atlantic Diving Supply Inc., doing business as ADS,* Virginia Beach, Virginia (SPE8EH-19-D-0001); W.S. Darley & Co.,* Itasca, Illinois (SPE8EH-19-D-0002); Unifire Inc.,* Spokane, Washington (SPE8EH-19-D-0003); Mallory Safety and Supply,* Longview, Washington (SPE8EH-19-D-0004); Federal Resources Supply Co.,* Stevensville, Maryland (SPE8EH-19-D-0005); and L.N. Curtis & Sons,* Oakland, California (SPE8EH-19-D-0006), are sharing a maximum $78,000,000 bridge contract under solicitation SPM8EH-12-R-0009 for fire and emergency services equipment. These are firm-fixed-price, indefinite-delivery/indefinite-quantity, 120-day bridge contracts. These were sole-source acquisitions using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are California, Illinois, Maryland, Virginia, and Washington, with a Feb. 27, 2019, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal year 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Califon Systems LLC,** Dallas, Georgia, has been awarded a maximum $20,000,000 firm-fixed-price contract for medical equipment, maintenance of medical equipment, and/or spare parts for medical equipment. This is a five-year contract with no option periods. This was a competitive acquisition with 59 responses received. Location of performance is Georgia, with an Oct. 28, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0003). General Dynamics Land Systems, Sterling Heights, Michigan, has been awarded a $14,334,060 firm-fixed-price contract for distribution boxes. This is a one-year contract with one one-year option. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Michigan and Florida, with a Jan. 31, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0009). Honeywell International Inc., Torrance, California, has been awarded a maximum $10,028,200 firm-fixed-price delivery order (SPRPA1-19-F-LH07) against a five-year basic ordering agreement (SPRPA1-14-G-001Y) for heat exchangers. This is a two-year, six-month contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is California, with an April 29, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. ARMY The Boeing Co., Mesa, Arizona, was awarded a $46,051,155 modification (P00097) to contract W58RGZ-15-C-0017 to complete negotiations on, and take delivery of, undelivered items as well as continue investments in both supply chain management performance and reliability improvements. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of April 30, 2019. Fiscal 2019 Army working capital funds in the amount of $46,051,155 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. NAVY JLL-Midnight Sun IFMS, LLC,* Kotzebue, Alaska, is awarded a $30,408,548 indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Air Station Jacksonville and outlying areas. The work to be performed provides for base operations support services to include facility investment, other (training pools), utilities management, electrical, wastewater, steam, water, compressed air, base support vehicles and equipment, environmental, and other related services. The maximum dollar value including the base period and seven option years is $236,917,489. Work will be performed in Jacksonville, Florida (99 percent); and outlying areas (1 percent), and is expected to be completed by December 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy and Marine Corps Reserve); fiscal 2019 Navy working capital funds; fiscal 2019 Defense Health Program; and fiscal 2019 family housing operations and maintenance (Navy) contract funds in the amount of $24,099,510 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1750). Reid Middleton Inc.,* San Diego, California, is awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for structural engineering services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for preparation of fully designed plans and specifications for design-bid-build construction projects; preparation of request for proposal packages for design-build projects; structural and/or seismic investigations, studies, evaluations and recommendations for upgrades to existing facilities; anti-terrorism design related to analysis of blast effects and design to prevent progressive collapse; innovative structural system design; technical reviews of government-prepared designs and design-build packages; post construction award services; cost estimating; and coordination of various technical disciplines. No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to California (87 percent); Arizona (5 percent); Nevada (5 percent); Colorado (1 percent); New Mexico (1 percent); and Utah (1 percent), and is expected to be completed by October 2023. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy and Marine Corps). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2414). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY HRL Laboratories LLC, Malibu, California, was awarded a $9,155,987 cost-plus-fixed-fee completion contract for a Defense Advanced Research Projects Agency (DARPA) millimeter-wave GaN maturation project. Work will be performed in Malibu, California (97 percent); and Huntington Beach, California (3 percent), with an expected completion date of April 2020. Fiscal 2018 research, development, test and evaluation funds in the amount of $1,208,000 are being obligated at time of award. This contract was a competitive acquisition off the Microsystems Technology Office office-wide broad agency announcement HR001116S0001, with 138 offers received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-19-C-0006). *Small Business **Veteran-owned small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1675408//

  • Pacific force’s wish list seeks $11 billion more than defense proposal

    March 19, 2024 | International, Land

    Pacific force’s wish list seeks $11 billion more than defense proposal

    Indo-Pacific Command says it faces an $11 billion funding gap for regional military construction, space programs, munitions and Guam missile defenses.

  • Contract Awards by US Department of Defense - August 26, 2019

    August 27, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 26, 2019

    ARMY AECOM International Inc., Neu-Isenburg, Germany (W912GB-19-D-0028); Atkins-UC JV,* Alexandria, Virginia (W912GB-19-D-0029); Exp-Onyx JV LLP, Chicago, Illinois (W912GB-19-D-0030); HDR Engineering Inc., Colorado Springs, Colorado (W912GB-19-D-0031); Jacobs Government Services Co., Arlington, Virginia (W912GB-19-D-0032); Louis Berger U.S. Inc., Washington, District of Columbia (W912GB-19-D-0033); Michael Baker-Cardno JV, Moon Township, Pennsylvania (W912GB-19-D-0034); Parsons Government Services Inc., San Antonio, Texas (W912GB-19-D-0035); and Woolpert-Black & Veatch JV, Beavercreek, Ohio (W912GB-19-D-0036), will compete for each order of the $94,500,000 firm-fixed-price contract for architect, engineering, master planning and design services. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 25, 2024. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity. QED Systems LLC, Aberdeen Proving Ground, Maryland, was awarded a $9,616,948 modification (P00041) to contract W15P7T-14-C-C012 for program management, engineering, logistics, business, administrative, operations and security services. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Feb. 26, 2020. Fiscal 2019 Foreign Military Sales; and operations and maintenance, Army funds in the amount of $9,616,948 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. AIR FORCE UES Inc., Dayton, Ohio, has been awarded a $90,300,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for molecular assessment sensing technologies. This contract provides for basic, applied and advanced technology development research, as well as development and demonstration of discovery of molecular signatures of Airman performance and the operational environment and sensing of these signatures in Air Force relevant scenarios. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Aug. 31, 2027. This award is the result of a competitive acquisition and two offers were received. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $2,222,857 on three task orders are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-6109). PAE Aviation and Technical Services LLC, Marlton, New Jersey, has been awarded a $19,156,738 modification to previously awarded contract FA4890-15-C0018 for the Aerial Targets Program. The contract modification provides for the exercise of an option for an additional year of service under the multiple year contract, which directly supports live-fire weapons system testing and enables the 53rd Weapons Evaluation Group to perform developmental and operational weapons testing for all air-to-air missiles for the F-15, F-16, F-22, and F-35 aircraft. Work will be performed at Tyndall Air Force Base, Florida; and Holloman AFB, New Mexico, and is expected to be completed by Sept. 30, 2020. Fiscal 2020 operations and maintenance funds are being used and no funds were obligated at the time of award. The Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. Sonalysts Inc., Waterford, Connecticut, is being awarded a $14,516,477 cost-plus-fixed-fee contract modification (P00008) to the previously awarded contract FA8806-19-C-0002 for Standard Space Trainer Mission-Specific Vendor Plug-in (MSVPs) for the Upward Early Warning Radar. The contract modification provides for future development of MSVPs. Work will be performed at Waterford, Connecticut, and is expected to be completed by July 31, 2022. Fiscal 2019 research, development, test and evaluation funds in the amount of $7,300,000 are being obligate at time of award. Total cumulative face value of the contract is $35,209,586.00. The Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California, is the contracting activity. NAVY Raytheon Co., El Segundo, California, is awarded $74,091,217 for cost-plus-incentive-fee, cost-plus-fixed-fee modification P00055 to a previously awarded contract (N00019-16-C-0002). This modification procures pre-operational support for the Next Generation Jammer-Mid Band pod through the completion of the engineering, manufacturing and development (EMD) phase as well as development, test and evaluation (DT&E) activities. Procured support includes organizational-level maintenance, repair, supply chain management, and material support for equipment delivered under the EMD contract, and associated peculiar support equipment/test, measurement, and diagnostic equipment to support DT&E. Work will be performed in Forest, Mississippi (39%); Dallas, Texas (35%); El Segundo, California (16%); Andover, Massachusetts (8%); and Fort Wayne, Indiana (2%), and is expected to be completed in December 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $3,228,948 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. General Dynamics Missions Systems Inc., McLeansville, North Carolina, is awarded a $44,595,146 cost-plus-incentive-fee modification to previously-awarded contract N61331-11-C-0017 for low-rate initial production of the Surface Mine Countermeasure Unmanned Undersea Vehicle (SMCM UUV), also known as Knifefish. The Knifefish program is an ongoing effort to provide a UUV that detects and classifies undersea volume, bottom and buried mines in high-clutter environments. The Knifefish system is part of the Littoral Combat Ship Mine Countermeasures Mission Package and can also be deployed from vessels of opportunity. The low-rate initial production effort will provide the initial systems for the Navy to test and operate. Work will be performed in Quincy, Massachusetts (35%); Taunton, Massachusetts (23%); Braintree, Massachusetts (19%); a location to be determined (15%); McLeansville, North Carolina (6%); Reston, Virginia (1%); and Ann Arbor, Michigan (1%), and is expected to be completed by August 2021. Fiscal 2018 and 2019 other procurement (Navy) funding in the amount of $44,595,146 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Physical Optics Corp.,* Torrance, California, is awarded $27,230,891 for modification P00012 to previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-17-C-0078) in support of F/A-18E/F and EA-18G aircraft for the Navy and the government of Kuwait. This modification exercises an option for data transfer unit production support, 160 data transfer units, 160 ground data transfer units, 14 maintenance access cables, 600 mission data transfer devices, and 459 maintenance data transfer devices in support of the Navy's F/A-18 E/F and EA-18G program. In addition, this option exercise procures 37 data transfer units, 35 ground data transfer units, 11 maintenance access cables, 122 mission data transfer devices, and 90 maintenance data transfer devices in support of the Kuwait Super Hornet program. Work will be performed in Torrance, California, and is expected to be completed in August 2021. Fiscal 2018 and 2019 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($22,334,109; 82%); and the government of Kuwait ($4,896,782; 18%) under the FMS Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Airborne Tactical Advantage Co. LLC, Newport News, Virginia, is awarded $13,495,999 for modification P00020 to previously awarded firm-fixed-price, cost-reimbursable indefinite-delivery/indefinite-quantity contract N00019-15-D-0026. This modification provides for contractor-owned and operated Type IV supersonic aircraft for airborne threat simulation capabilities in support of the Contracted Air Services Program. Work will be performed in Newport News, Virginia (44%); Point Mugu, California (37%); and various locations outside the continental U.S. (19%), and is expected to be completed in May 2020. No funds will be obligated at time of award, funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Northrop Grumman Systems Corp., Melbourne, Florida, is awarded $9,938,480 for modification 004502 to a previously issued delivery order 0045 placed against a basic ordering agreement (N00019-15-G-0026). This modification procures eight E-2C compatible AN/APX-122A Mode 5/S interrogators for the government of Japan. Work will be performed in Greenlawn, New York (82%); and Melbourne, Florida (18%), and is expected to be completed in September 2023. Foreign military sales funds in the amount of $9,938,480 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY C.E. Niehoff & Co.,* Evanston, Illinois, has been awarded a maximum $11,806,163 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engine air conditioner generators. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is Illinois, with an Aug. 25, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0152). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1944232/source/GovDelivery/

All news