Back to news

May 27, 2020 | International, Aerospace

Space Acquisition: Speed May Not Fix Problems, Critics Say

"The answer isn't 'we've just gotta go fast'," said one critic.

By on May 26, 2020 at 4:10 PM

WASHINGTON: The latest version of the Air Force's long-overdue report to Congress on space acquisition reform fails to address a number of foundational questions, critics say, including: go fast to do what; who gets to decide the what; and who is accountable if things go pear shaped?

DoD is asking Congress to cut legislative strings and approve special powers to streamline space acquisition programs worth billions — pushing the need for speed to ensure the US military's technical edge over China and Russia, as first reported by colleague Sandra Erwin. The proposed changes are focused mainly on ways to get the Space Force out from under current acquisition rules, both those imposed by Congress and internally by DoD regulations.

They also are “mostly a rehashed list of things that every service has asked for since time immemorial,” one national security space veteran told Breaking D, with a virtual eye roll.

Or in the words of the recently-released teaser for the upcoming Netflix comedy “Space Force”: “Your attitude seems to be: ‘Give us money and don't look'.”

“The problem is, I think, it's asking for a lot of trust from Congress that in space in particular hasn't been necessarily warranted to date,” said Joshua Huminski, director of the National Security Space Program at the Center for the Study of the Presidency & Congress.

A space acquisition report, due to Congress on March 31, was delivered on May 20. Air Force acquisition head Will Roper called a press briefing last Friday to discuss it, only to abruptly cancel a couple hours later with no explanation.

A congressional aide told Breaking D on Friday afternoon that they could not release the version of the report transmitted to Congress because it was not a final version; and an Air Force spokesperson later confirmed that — well after business hours on Friday evening and before the long Memorial Day weekend).

So, it's not really the final version. The spokesperson said: “The Department of the Air Force continues to work with DoD and interagency partners to finalize the Space Force Alternative Acquisition System report. An initial version of the report was delivered to the Hill, but we anticipate delivering the final report to Congress soon.”

As one space analyst notes wryly: “Not exactly a clean rollout.”

The nine proposed reforms are required because “current space threats demand a shift to a system that more broadly delivers agile solutions to meet an ever-evolving technical baseline and integrate into an open architecture,” according to the current report language. Three of the recommendations will require legislative changes; one will require agreement from the House and Senate Appropriations Committees.

Specifically, the nine recommendations address the following acquisition authorities for the Department of the Air Force and the Space Force:

  1. Unique Acquisition Category (ACAT) Thresholds, Major Defense Acquisition
    Program (MDAP) Definition, and Milestone Decision Authority Delegation for Space Systems.
  2. “Efficient Space Procurement (ESP)” Codification for the DAF/USSF.
  3. USSF-Unique “New Start” Notification Procedures.
  4. Budget Line Item Restructure.
  5. Modified JCIDS [Joint Capabilities Integration and Development System that sets program requirements] Approach for Space Systems.
  6. New Policy Regarding Key Decision Point and Reporting Requirements for Development, Fielding, and Sustainment of Space Systems.
  7. “Useable End Item” Determination Authority.
  8. Separate USSF Topline Budget.
  9. USSF-Unique Head of Contracting Activity (HCA).

As an example of bending the current DoD rules for the Space Force, the “Budget Line Restructure” asks Congress for authority to move money around by combining individual programs within in a large “portfolio” of similar efforts — an effort unlikely to win congressional approval, if past attempts are a guide.

Numerous critics noted it goes directly against the intent of Congress when it mandated in 2016 that DoD develop a Major Force Program to allow better tracking of both the macro military space budget and individual projects from year-to-year via a specific, standardized “program element number” in budget documentation.

Further, as Breaking D readers know, the report punts on one of the key mandates included in the 2020 National Defense Authorization Act (NDAA): to create a Space Acquisition Executive separate from the Air Force acquisition authority, a position now held by Roper.

The NDAA requires that the Air Force appoint a Senate-confirmed assistant secretary for space acquisition and integration. That person, the act said, “will “synchronize with the Air Force Service Acquisition Executive on all space system efforts, and take on Service Acquisition Executive responsibilities for space systems and programs effective on October 1, 2022.” The SAE is to oversee the Space and Missile Systems Center, the Space Rapid Capabilities Office (SpRCO), and the Space Development Agency (SDA) — all of which currently have separate acquisition authorities and lines of oversight.

Roper has fought tooth and nail against a fully separate SAE since it was proposed by Congress, according to numerous DoD sources even threatening to resign if it is created outside his purview. Sources close to the debate say that Gen. Jay Raymond, who currently is double hatted as head of the Space Force and Space Command, also does not want to see a change in the status quo that would put another layer of acquisition oversight in the mix.

Thus, the current version of the draft report simply states that Roper will hold SAE authority for now. This, several sources said, in reality is a place holder signaling that DoD intends to recommend in future that Congress essentially ditch the idea.

“We want to ignore your direction on the separate SAE [Space Acquisition Executive] – thanks, but we know better,” the former national security space official summed up. “And it ain't a signal – it's a shot across the bow.”

“On face value, I think it does seem to suggest they are trying to avoid the separate Space Acquisition Executive, which when combined with the bucketing of money is unlikely to be well received by Congress,” Huminski said.

“Congress is going to want some balance here, at least I think,” he added. “If the Space Force wants the authority to move money around within the portfolios, they are going to need to provide some measure of confidence to Congress that it is being done in an efficient and transparent manner, which could be the SAE—at least someone accountable for those money moves.”

Failure to restructure the space acquisition organization, critics point out, leaves open the critical question of how DoD plans to fix the problem of lack of coordination with the Army and Navy on user equipment, for which they have acquisition authority. (We're looking at you, GPS III.) While the Space Force in the near term will comprise only Air Force personnel either seconded or transferred, the expectation is that eventually it will include Army and Navy personnel as well.

A number of critics further charge that the requested changes do not sufficiently address the fact that previous space program cost overruns and schedule delays can be attributed to lack of coherent, coordinated and disciplined management at the program level within Space and Missile Systems Center itself, not due to outside factors.

“All of the changes they've asked for are external to the Space Force,” said one former DoD official, rather than taking a hard look at past program management. “Instead it's: ‘Congress has to change; Ellen Lord [DoD acquisition czar] has to change; the JROC [Joint Requirements Oversight Council] has to change.”

“The answer isn't ‘we've just gotta go fast',” the official added.

“One of the biggest challenges is the proverbial acquisitions rubber meeting the road—unless the Space Force changes what they are buying, changing how they buy it may not matter,” Huminski explained. “If the same architectures and same vehicles and same capabilities are bought, just faster, what was the point of changing anything at all?”

DoD sources defend the proposal, saying that Congress asked for, and expected to receive, ‘bold recommendations' on how to change the current space acquisition system.

Noting that there are many conflicting pressures, one DoD source said that concerns about transparency and who does what exactly have been overtaken by concerns that the Space Force “be empowered to go fast, innovate, and achieve the space dominance wanted by POTUS.”

Another government official keeping tabs on the issue said sympathetically that in some ways, “they are damned if they do, and damned if they don't.” While some in Congress likely will be annoyed by the recommendations push to get out from under current regulations, the source said, others would have complained loudly if DoD failed to move from the status quo.

Spokespeople for a number of key House and Senate members involved in defense oversight did not respond to requests for comment.

However, DoD sources and several analysts with close Hill ties said Congress is most likely to be concerned by the recommendations that infringe upon Congress's own powers. For example, members of the House and Senate Armed Services Committees are almost certain to protest the recommendation that assumes approval if Congress doesn't respond to “New Start” notifications within 30 days.

https://breakingdefense.com/2020/05/space-acquisition-speed-may-not-fix-problems-critics-say

On the same subject

  • German makers of Leopard 2 tank in legal wrangle over rights

    April 25, 2023 | International, Land

    German makers of Leopard 2 tank in legal wrangle over rights

    Two German companies who between them build the Leopard 2, one of the world's most advanced battle tanks, have become embroiled in a legal spat over its intellectual property rights even as they ride a defence boom due to the war in Ukraine.

  • Pentagon re-awards multibillion-dollar office tools contract to CSRA

    November 2, 2020 | International, C4ISR

    Pentagon re-awards multibillion-dollar office tools contract to CSRA

    Andrew Eversden WASHINGTON ― The Pentagon re-awarded its Defense Enterprise Office Solutions contract to CSRA on Friday, nearly 14 months after it awarded it to the General Dynamics Information Technology subsidiary last year. The award to CSRA was delayed several times after the General Services Administration twice took corrective action after protests by Perspecta, the other contractor in the competition. According to the announcement from the General Services Administration and Department of Defense, the blanket purchasing agreement is estimated to be worth $4.4 billion over a decade, with a five-year base. The contract was estimated to be worth $7.6 billion when the award was made last year. The DEOS contract will provide the DoD with productivity tools such as word processing and spreadsheets, email, collaboration, file sharing, and storage across the enterprise. “DEOS is a key part of the Department's Digital Modernization Strategy and its fit-for-purpose cloud offering will streamline our use of cloud email and collaborative tools while enhancing cybersecurity and information sharing based on standardized needs and market offerings,” DoD Chief Information Officer Dana Deasy said in a statement. “The last six months have put enormous pressure on the Department to move faster with cloud adoption. All across the Department there are demand signals for enterprise wide collaboration and ubiquitous access to information.” The DEOS environment is intended to meet DoD Impact Level 5 and Impact Level 6 cloud security standards that allow access to unclassified and classified work, respectively. "“We were determined that the Department could achieve faster department-wide adoption of cloud collaboration capabilities by moving forward in a federated manner to the DoD 365 (IL 5) cloud environment while ensuring the individual components efforts work together to create an enterprise capability,” Deasy added. “This approach required the government team to assume a greater responsibility up front to shape the enterprise standards. With the award of DEOS, the Department will be able to transfer a significant part of the ongoing technical and management load to the integrator and free up strained resources to execute other priority missions.” The DEOS contract award was marred by several errors, detailed by NextGov, including issues with the statement of work, requirements and a subsequent incident in which proprietary information about Perspecta's bid was shared with GDIT. CSRA is partnered with Dell Marketing and Minburn Technology Group for the DEOS contract. DoD components have waited a long time for delivery of the DEOS solution. When the original award was made last year, the Marine Corps deputy director of command, control, communications and computers, Kenneth Bible, said the service was looking forward to the “promise and substantial benefits” of DEOS capabilities in “disconnected, degraded, intermittent and low bandwidth [DDIL] environments that are anticipated in 21st century conflicts.” The DEOS re-award comes nearly two months after the department confirmed its other long-delayed enterprise cloud, the Joint Enterprise Defense Infrastructure, to its original winner, Microsoft. That contract has a $10 billion ceiling. https://www.c4isrnet.com/it-networks/2020/10/30/pentagon-re-awards-multibillion-dollar-office-tools-contract-to-csra/

  • Contract Awards by US Department of Defense - June 16, 2020

    June 17, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 16, 2020

    ARMY EA-Wood-2 MP JV,* Hunt Valley, Maryland (W912DY-20-D-0073); and Gsina-Gilbane JV LLC,* Flemington, New Jersey (W912DY-20-D-0075), will compete for each order of the $400,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to procure the services of small business firms to perform Military Munitions Response Program responses involving conventional munitions; environmental compliance and remediation services; and other munitions-related services. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 3, 2025. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Northrup Grumman Systems Corp., Linthicum Heights, Maryland, was awarded an $89,551,256 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for Long Range Radar-Enhanced and Vehicle and Dismount Exploitation Radar program efforts. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of June 15, 2025. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-20-D-0012). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $61,890,745 modification (P00282) to contract W56HZV-15-C-0095 to increase available options under the current Joint Light Tactical Vehicle trailer contract from 32 to 3,541. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2021. Fiscal 2020 procurement; defense-wide; and other procurement, Army funds in the amount of $61,890,745 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. NIC4 Inc.,* Tampa, Florida, was awarded a $16,778,695 modification (P00002) to contract W91CRB-19-D-5001 to increase various line items due to additional scope and add additional services connected with Very Small Aperture Terminals services and equipment. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Seqirus Inc., Summit, New Jersey, has been awarded a maximum $66,563,972 firm-fixed-price, indefinite-quantity contract for injectable influenza vaccines. This was a competitive acquisition with two offers received. This is a one-year contract with no option periods. Location of performance is New Jersey, with a June 15, 2021, performance completion date. Using customers are Army, Air Force, Navy and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-20-D-0004). Pentaq Manufacturing Corp.,** Sabana Grande, Puerto Rico, has been awarded a maximum $33,645,750 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This is a one-year base contract with four one-year option periods. This was a competitive acquisition with eight responses received. Location of performance is Puerto Rico, with a June 15, 2021, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1258). Viasat Inc., Carlsbad, California, has been awarded a maximum $8,928,000 firm-fixed-price contract for AV-8B spare parts. 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 three-month contract with no option periods. Location of performance is California, with a Sept. 30, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-R016). Skupien Solutions, doing business as Superior Surgical,* Brentwood, Tennessee, has been awarded a maximum $8,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 122 responses received. This is a five-year contract with no option periods. Location of performance is Tennessee, with a June 15, 2025, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0043). NAVY Civil Works Contracting LLC,* Wilmington, North Carolina (N40085-15-D-0847); Hager Construction Co.,* Jacksonville, Florida (N40085-15-D-0848); Onopa Services LLC,* Sanford, Florida (N40085-15-D-0850); and Quadrant Construction Inc.,* Jacksonville, North Carolina (N40085-15-D-0851), are awarded a $60,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity multiple award construction contracts for general construction services within the Marine Corps Installations East area of responsibility. Work will be performed at various Navy and Marine Corps installation locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%). The work to be performed provides for general construction services including, but not limited to, new construction, demolition, total/partial repairs, interior/exterior and the alteration/renovation of buildings. Other systems and infrastructure may include civil, structural, mechanical, electrical, communication systems and the installation of new or extensions to existing high voltage electrical distribution systems; high pressure steam distribution systems; potable water distribution systems and sanitary sewer systems. Additional work provides for storm water control systems, painting, removal of asbestos materials, lead paint and incidental related work. Work is expected to be complete by June 2021. After award of this modification, the total maximum dollar value for all six contracts combined will be $150,000,000. No funds will be obligated at the time of award, and will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operations and maintenance (Marine Corps) and military construction funds. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Austal USA, Mobile, Alabama, is awarded a $43,362,470 cost-plus-fixed-fee and firm-fixed-price modification to previously awarded contract N00024-17-C-2301 to exercise options for Littoral Combat Ships (LCS) class design services and Integrated Data and Product Model Environment (IDPME) support. Work will be performed in Mobile, Alabama (60%); and Pittsfield, Massachusetts (40%). Austal USA will provide class design services, including but not limited to, technical analyses, non-recurring engineering, configuration management, software maintenance, production assessments, diminishing manufacturing sources analysis, root cause analysis and sea frame reliability analysis. Austal USA will also maintain an IDPME that provides the Navy access to enterprise data management, visualization, program management applications, network management and control. Work is expected to be complete by June 2021. Fiscal 2014 and 2015 shipbuilding and conversion (Navy); and 2020 research, development, test, and evaluation (Navy) funding in the amount of $10,954,997 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, D.C., is the contracting activity. CH2M Hill Constructors Inc., Englewood, Colorado, is awarded a $33,097,127 modification on firm-fixed-price task order N69450-20-F-0077 under a multiple award construction contract for design build repairs of Building 633 at Naval Air Station Pensacola. Work will be performed in Pensacola, Florida, and provides for the design build construction, alteration and repair of Building 633 in order to return the building to full operation. Building 633 is approximately 117,000 square feet and is a historic federal facility with administrative spaces, classrooms and an auditorium. Work is expected to be complete by September 2021. After the award of this modification, the total task order value will be $34,095,501. The task order also contains seven unexercised options, which will increase cumulative task order value to $38,407,860 if exercised. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $33,097,127 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N62470-19-D-8024). AH Environmental Consultants Inc.,* Newport News, Virginia, is awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for professional environmental consulting services within the Naval Facilities Engineering Command (NAVFAC) Southeast area of operations (AO). Initial task order is being awarded at $61,661 to update the storm water pollution prevention plan and annual comprehensive evaluation plan at the Naval Support Activity, Panama City, Florida. The work provides for professional architect-engineering services for potable water, wastewater, storm water, spill control and other related miscellaneous environmental services, to include various forms of support for these environmental programs. Work for this task order is expected to be complete by September 2020. All work on this contract will be performed at various activities in the NAVFAC Southeast AO and is expected to be complete by June 2025. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $61,661 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&MN. This contract was competitively procured via the Navy Electronic Commerce Online website and five proposals were received. The NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-D-0031). Forward Slope Inc., San Diego, California (N66001-20-D-3430); ODME Solutions LLC, San Diego, California (N66001-20-D-3431); SOLUTE, San Diego, California (N66001-20-D-3432); and Syneren Technologies Corp., Arlington, Virginia (N66001-20-D-3433), are awarded a $11,288,928 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple-award contract to support meteorological and oceanographic capabilities for Foreign Military Sales systems, expeditionary/joint systems and projects supporting ashore and afloat operations worldwide. Work will be performed in San Diego, California. All four awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three one-year option periods, which will bring the potential value of this contract to an estimated $29,115,178 if exercised. The period of performance of the base award is from June 16, 2020, through June 15, 2022. If all options are exercised, the period of performance would extend through June 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); other procurement (Navy); research, development test and evaluation (Navy); and Foreign Military Sales funds. This contract was competitively procured via request for proposal N66001-20-R-0088 which was published on the beta.SAM.gov website and the Naval Information Warfare Systems Command e-Commerce Central website. Five offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $22,665,000 firm-fixed-price modification (PZ0011) to contract FA8621-17-C-6398 for F-15SA aircrew training devices (ATD). The contract modification provides for the purchase and installation of a full mission trainer (FMT), a visual database for the area of King Khalid Air Base, Saudi Arabia, and five years of contractor logistics support for existing ATDs. Work will be performed in St. Louis, Missouri; King Faisal Air Base, Saudi Arabia; and King Khalid Air Base, Saudi Arabia. This modification involves Foreign Military Sales (FMS) to Saudi Arabia, and work is expected to be completed by April 30, 2024. FMS funds in the amount of $27,040,000 are being obligated at the time of award. Total cumulative face value of the contract is $93,740,000. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Braxton Technologies LLC, Colorado Springs, Colorado, has been awarded a $19,910,587 cost-plus-fixed-fee contract modification (P00014) to contract FA8806-19-C-0003 for support to the Schriever Air Force Base Infrastructure - Minimal Viable Product (MVP) effort. This modification provides for cross-domain solutions, design, integration and rapid delivery team services. Work will be performed in Colorado Springs, Colorado, and is expected to be completed April 30, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $14,465,154 are being obligated at the time of award. The total cumulative face value of the contract is $80,366,105. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. *Small Business **Small Disadvantaged Business in Historically Underutilized Business Zone https://www.defense.gov/Newsroom/Contracts/Contract/Article/2222335/source/GovDelivery/

All news