This is the accessible text file for GAO report number GAO-04-869T 
entitled 'Contract Management: Contracting for Iraq Reconstruction and 
for Global Logistics Support' which was released on June 15, 2004.

This text file was formatted by the U.S. General Accounting Office 
(GAO) to be accessible to users with visual impairments, as part of a 
longer term project to improve GAO products' accessibility. Every 
attempt has been made to maintain the structural and data integrity of 
the original printed product. Accessibility features, such as text 
descriptions of tables, consecutively numbered footnotes placed at the 
end of the file, and the text of agency comment letters, are provided 
but may not exactly duplicate the presentation or format of the printed 
version. The portable document format (PDF) file is an exact electronic 
replica of the printed version. We welcome your feedback. Please E-mail 
your comments regarding the contents or accessibility features of this 
document to Webmaster@gao.gov.

This is a work of the U.S. government and is not subject to copyright 
protection in the United States. It may be reproduced and distributed 
in its entirety without further permission from GAO. Because this work 
may contain copyrighted images or other material, permission from the 
copyright holder may be necessary if you wish to reproduce this 
material separately.

Testimony:

Before the Committee on Government Reform, House of Representatives:

United States General Accounting Office:

GAO:

For Release on Delivery Expected at 11:00 a.m. EDT:

June 15, 2004:

Contract Management:

Contracting for Iraq Reconstruction and for Global Logistics Support:

Statement of David M. Walker: 
Comptroller General of the United States:

GAO-04-869T:

Chairman Davis, Ranking Member Waxman, and Members of the Committee:

I appreciate the opportunity to be with you today to discuss some of 
the work the General Accounting Office (GAO) is undertaking to address 
various operations and rebuilding efforts in Iraq. Specifically, GAO 
has a body of ongoing work looking at a range of issues involving Iraq, 
including Iraq's transitional administrative law, efforts to restore 
essential services to the Iraqi people, and the effectiveness of 
logistics activities during Operation Iraqi Freedom, among others. 
Importantly, given the challenging security environment in Iraq and the 
various other accountability organizations involved in the oversight 
process, we are attempting to coordinate our engagement planning and 
execution with other organizations as appropriate.

Today, I would like to discuss (1) our report that we released 
yesterday on the contract award procedures for contracts awarded in 
fiscal year 2003 to help rebuild Iraq[Footnote 1] and (2) our 
preliminary findings on the military's use of global logistics support 
contracts. These support contracts have emerged as important tools in 
providing deployed military services with a wide range of logistics 
services.

Before I discuss our findings, I would like to briefly touch upon the 
scope of these two efforts. First, given the widespread congressional 
interest in ensuring that Iraq reconstruction contracts are awarded 
properly and administered effectively, we initiated a review under my 
authority that focused on reconstruction-related contract actions by 
the Department of Defense (DOD) (primarily the U.S. Army, including the 
Army Corps of Engineers), the U.S. Agency for International Development 
(USAID), and the Department of State. Specifically, we judgmentally 
selected 25 fiscal year 2003 contract actions, consisting of 14 new 
contracts awarded using other than full and open competition and 11 
task orders issued under existing contracts. These 25 contract actions 
represented about 97 percent of the nearly $3.7 billion that had been 
obligated for Iraqi reconstruction through September 30, 2003. We 
conducted this work between May 2003 and April 2004 in accordance with 
generally accepted government auditing standards.

Second, our work on the military's use of global logistics support 
contracts, initiated at the request of the Ranking Members of this 
committee and the House Committee on Energy and Commerce, is one of a 
series of studies we have done on the military's use of private 
contractors to support deployed forces.[Footnote 2] This work looks 
broadly across each of the services and includes four contracts: 
(1) the Army's Logistics Civil Augmentation Program (LOGCAP) contract; 
(2) the Air Force's Contract Augmentation Program (AFCAP) contract; 
(3) the U.S. Army, Europe's Balkan Support Contract (BSC); and (4) the 
Navy's Construction Capabilities (CONCAP) contract. We have completed 
our fieldwork and are now drafting our report, which we expect to 
publish this summer. In performing our work, we examined a wide range 
of contract documents and contracting guidance and met with contracting 
officers, contract customers, and the contractors to gain a 
comprehensive understanding of the contracts, the contract management 
process, and the issues related to using these contracts. We conducted 
this work between August 2003 and June 2004 in accordance with 
generally accepted government auditing standards.

Summary:

With regard to the award of fiscal year 2003 Iraq reconstruction 
contracts, we found that agencies generally complied with applicable 
laws and regulations governing competition when using sole-source or 
limited competition approaches to award new contracts. However, they 
did not always do so when issuing task orders under existing contracts. 
In several instances, we found that contracting officers issued task 
orders for work that was not within the scope of the underlying 
contracts. The out-of-scope work under these orders should have been 
awarded using competitive procedures or, because of the exigent 
circumstances involved, supported by a justification for other than 
full and open competition in accordance with legal requirements. In 
this regard, given the needs relating to and the challenges associated 
with Iraq reconstruction efforts, such justifications were likely 
possible but needed to be made and documented to comply with the law 
and protect the taxpayer's interests. We made several recommendations 
to the Secretary of the Army, including reviewing out-of-scope task 
orders to address outstanding issues and take appropriate actions, as 
necessary. We also recommended that the Secretary of Defense evaluate 
the lessons learned in Iraq and develop a strategy for assuring that 
adequate acquisition staff and other resources can be made available in 
a timely manner. DOD generally concurred with our recommendations.

With regard to DOD's use of global logistics support contracts, we 
found mixed results in each of the four areas we reviewed: planning, 
oversight, efficiency, and personnel. For example, we found that some 
DOD customers planned quite well for the use of the contracts, 
following service instructions and including the contractor early in 
planning. Conversely, we found that the use of the LOGCAP contract in 
Kuwait and Iraq was not adequately planned, nor was it planned in 
accordance with applicable Army guidance. Given the lack of early and 
adequate planning and contractor involvement, two key ingredients 
needed to maximize LOGCAP support and minimize cost--a comprehensive 
statement of work and early contractor involvement--were missing. We 
also found that while oversight processes were in place and functioning 
well in some places, there were several areas needing improvement, such 
as in reaching agreement on terms, specifications and prices of 
services to be delivered. We also found that while some military 
commands actively looked for ways to save money, others exhibited 
little concern for cost considerations. Finally, shortages in personnel 
trained in contract management and oversight is also an issue that 
needs to be addressed. Our report will make a number of recommendations 
to address these shortcomings.

Compliance with Competition Requirements:

We found that the agencies responsible for rebuilding Iraq generally 
complied with applicable requirements governing competition when 
awarding new reconstruction contracts in fiscal year 2003. While the 
Competition in Contracting Act of 1984 requires that federal contracts 
be awarded on the basis of full and open competition, the law and 
implementing regulations recognize that there may be circumstances 
under which full and open competition would be impracticable, such as 
when contracts need to be awarded quickly to respond to unforeseen and 
urgent needs or when there is only one source for the required product 
or service. In such cases, agencies are given authority by law to award 
contracts under limited competition or on a sole-source basis, provided 
that the proposed actions are appropriately justified and approved.

We reviewed 14 new contracts that were awarded in fiscal year 2003 
using other than full and open competition: a total of 5 sole-source 
contracts awarded by the Army Corps of Engineers, the Army Field 
Support Command, and USAID; and 9 limited competition contracts awarded 
by the Department of State, the Army Contracting Agency, and USAID. For 
13 of these new contracts, agency officials adequately justified their 
decisions and complied with the statutory and regulatory competition 
requirements. For example, USAID officials awarded seven contracts 
under limited competition and two sole-source contracts citing an 
exception to the competition requirements that was provided for under 
the Federal Property and Administrative Services Act.[Footnote 3] USIAD 
concluded that the use of standard competitive procedures would not 
enable it to put in place foreign aid programs and activities for Iraq 
in a timely manner. We found that USAIDís justification and approval 
documentation supporting the award of these contracts complied with 
applicable requirements. As I will shortly discuss in more detail, we 
also found that the Army Corps of Engineers properly justified the 
award of a sole-source contract to restore Iraq's oil infrastructure. 
In one case, however, the Department of State justified and approved 
the use of limited competition under a unique authority that, in our 
opinion, may not be a recognized exception to the competition 
requirements. At the same time, State took steps to obtain some 
competition by inviting offers from four firms. In addition, it is 
likely that State could have justified and approved its limited 
competition under recognized exceptions to the competition 
requirements.With respect to issuing a task order under an existing 
contract, the competition law does not require competition beyond that 
obtained for the initial contract award,[Footnote 4] provided the task 
order does not increase the scope of the work, period of performance, 
or maximum value of the contract under which the order is issued. The 
scope, period, or maximum value may be increased only by modification 
of the contract, and competitive procedures are required to be used for 
any such increase unless an authorized exception applies. As we noted 
in our report released yesterday, determining whether work is within 
the scope of an existing task order contract is primarily an issue of 
contract interpretation and judgment by the contracting officer.

* We found several compliance problems when agencies issued task orders 
under existing contracts. Specifically, of the 11 task orders we 
reviewed, 7 were, in whole or part, not within scope. For example, the 
Defense Contracting Command-Washington (DCC-W)[Footnote 5] improperly 
used a General Services Administration (GSA) schedule contract to issue 
two task orders to the Science Applications International Corporation 
with a combined value of over $107 million for work that was outside 
the scope of the schedule contract. One order involved developing a 
news media capability--including radio and television programming and 
broadcasting--in Iraq. The other required the contractor to recruit 
people identified by DOD as subject matter experts, enter into 
subcontracts with them, and provide them with travel and logistical 
support within the United States and Iraq. The GSA schedule contract, 
however, was for management, organizational, and business improvement 
services for federal agencies. In our view, the statements of work for 
both task orders were outside the scope of the schedule contract.

* Another example of an agency issuing a task order that was outside 
the scope of the underlying contract involved the Army Field Support 
Command's $1.9 million task order for contingency planning for the 
Iraqi oil infrastructure mission under the LOGCAP contract with Kellogg 
Brown & Root.[Footnote 6] This task order, issued in November 2002, 
required the contractor to develop a plan to repair and restore Iraq's 
oil infrastructure should Iraqi forces damage or destroy it. Because 
the contractor was knowledgeable about the U.S. Central Command's 
planning for conducting military operations, DOD officials determined 
that the contractor was uniquely positioned to develop the contingency 
support plan. DOD also determined that developing the contingency plan 
was within the scope of the overall LOGCAP contract. We have concluded, 
however, that preparation of the contingency support plan for this 
specific mission (i.e. restoring Iraq's oil infrastructure) was beyond 
the scope of the contract. Specifically, we read the LOGCAP statement 
of work as providing for contingency planning only when the execution 
of the mission involved is within the scope of the contract. In this 
regard, all parties--including GAO and DOD--agree that repairing Iraq's 
oil infrastructure would not have been within the scope of the LOGCAP 
contract. Consequently, we concluded that planning the oil 
infrastructure restoration was also not within the scope of the 
contract. The Army Field Support Command should have prepared a written 
justification to authorize the work without competition. In light of 
the exigent circumstances, such a justification was likely possible but 
needed to be made and documented to comply with the law and protect the 
taxpayer's interests.

* DOD planners believed early on that issuance of this task order would 
result in Kellogg Brown & Root being uniquely qualified to initially 
execute the plan for restoring the Iraqi oil infrastructure, the so-
called "RIO contract." Subsequently, the RIO contract was awarded in 
March 2003 to Kellogg Brown & Root.[Footnote 7] The contracting 
officer's written justification for the sole-source contract outlined 
the rationale for the decision.[Footnote 8] The justification was 
approved by the Army's senior procurement executive, as required. We 
reviewed the justification and approval documentation and determined 
that it generally complied with applicable legal standards.

We made several recommendations to the Secretary of the Army to review 
out-of-scope task orders to address outstanding issues and take 
appropriate actions, as necessary. DOD generally concurred with the 
recommendations and noted that it was in the process of taking 
corrective actions. DOD also agreed with our recommendation that the 
Secretary of Defense evaluate the lessons learned in Iraq and develop a 
strategy for assuring that adequate acquisition staff and other 
resources can be made available in a timely manner.

DOD's Use of Logistics Support Contracts:

I will now turn to discussing our ongoing work on DOD's use of global 
logistics support contracts. As I previously noted, we looked at four 
such contracts, which have been used by all the military services to 
provide a wide array of services, including operating dining facilities 
and providing housing, in more than half a dozen countries, including 
Iraq, Kuwait, and Afghanistan. In total, the estimated value of the 
work under the current contracts is $12 billion, including $5.6 billion 
for work in Iraq through May 2004. Before summarizing our preliminary 
findings, let me first make an overall observation about the vital 
services that these types of contracts provide. The contractors and the 
military services have, for the most part, worked together to meet 
military commanders' needs, sometimes in very hazardous or difficult 
circumstances. For example, the LOGCAP contract is providing life and 
logistics support to more than 165,000 soldiers and civilians under 
difficult security circumstances in Iraq, Afghanistan, Kuwait, and 
Djibouti, and customers told us they are generally pleased with the 
service the contractor is providing. The AFCAP contractor is providing 
air traffic management at air bases throughout central Asia, 
supplementing scarce Air Force assets and providing needed rest for Air 
Force service members who also perform this function. Using the CONCAP 
contract, the Navy has constructed detainee facilities (including a 
maximum security prison) at Guantanamo Bay on time and within budget. 
Projects at Guantanamo have increased the safety of both the detainees 
and the U.S. forces guarding them and resulted in real savings in 
reduced personnel tempo. Finally, the BSC continues to provide a myriad 
of high quality services to troops in Kosovo and Bosnia, and the 
customer works with the contractor to identify costs savings.

Within this overall context, we found mixed results in each of the four 
areas we reviewed--planning, oversight, efficiency and personnel--with 
variations occurring among the four contracts and among the various 
commands using them. Our report, which will be issued later this year, 
will make a number of recommendations to address the shortcomings we 
identified in these areas.

Planning:

In assessing DOD's planning, we found that some customers planned quite 
well for the use of the contracts, following service guidance and 
including the contractor early in planning. For example, in planning 
for Operation Iraqi Freedom, U.S. Army, Europe, was tasked with 
supporting the anticipated movement of troops through Turkey into Iraq, 
and our review of that planning showed that the command followed 
applicable Army guidance to good effect. In October 2002, the command 
brought contractor personnel to its headquarters in Europe to help plan 
and develop the statement of work. According to a briefing provided by 
U.S. Army, Europe, contractor planners brought considerable knowledge 
of contractor capabilities, limitations, and operations, and their 
involvement early in the planning efforts increased understanding of 
the requirements and capabilities, facilitated communication regarding 
the statement of work, and enhanced mission completion.

Conversely, we found that the use of LOGCAP in Kuwait and Iraq was not 
adequately planned, nor was it planned in accordance with applicable 
Army guidance. Given the lack of early and adequate planning and 
contractor involvement, two key ingredients needed to maximize LOGCAP 
support and minimize cost--a comprehensive statement of work and early 
contractor involvement--were missing. Specifically:

* A plan to support the troops in Iraq was developed in May 2003, but 
was not comprehensive because the contractor was not involved in the 
early planning and it did not include all of the dining facilities, 
troop housing, and other services that the Army has since added to the 
task order. According to an official from the 101st Airborne Division, 
there was a lack of detailed planning for the use of LOGCAP at the 
theater and division levels for the sustainment phase of the operation. 
He added that Army planners should develop a closer working 
relationship with the divisions and the contractor.

* Task orders were frequently revised. These revisions generated a 
significant amount of rework for the contractor and the contracting 
officers. Additionally, time spent reviewing revisions to the task 
orders is time that is not available for other oversight activities. 
While operational considerations may have driven some of these changes, 
we believe others were more likely to have resulted from ineffective 
planning. For example, the task order supporting the troops in Iraq was 
revised 7 times in less than 1 year. Frequent revisions have not been 
limited to this task order. Task order 27, which provides support to 
U.S troops in Kuwait (estimated value of $426 million as of May 2004), 
was changed 18 times between September 2002 and December 2003, 
including 5 changes in one month, some on consecutive days. As of May 
11, 2004, the contracting office, DCMA, and the contractor had 
processed more than 176 modifications to LOGCAP task orders.

Contract Oversight:

In some cases, we found that contract oversight processes were in place 
and functioning well. For example, the Defense Contract Management 
Agency (DCMA) had principal oversight responsibility for the LOGCAP and 
AFCAP contracts and the BSC,[Footnote 9] and DCMA generally provided 
good overall contract oversight, although we found some examples where 
it could have improved its performance. For example:

* Effective oversight of the diverse functions performed under the 
contracts requires government personnel with knowledge and expertise in 
these specific areas. DCMA contract administrators are contracting 
professionals, but many have limited knowledge of field operations. In 
these situations, DCMA normally uses contracting officer's technical 
representatives. Contracting officer's technical representatives are 
customers who have been designated by their units and appointed and 
trained by the administrative contracting officer. They provide 
technical oversight of the contractor's performance. We found that DCMA 
had not appointed these representatives at all major sites in Iraq. 
Officials at the 101st Airborne Division, for example, told us that 
they had no contracting officer's technical representatives during 
their year in Iraq, even though the division used LOGCAP services 
extensively.

* For task orders executed in southwest Asia, the AFCAP procuring 
contracting officer delegated the property administration 
responsibility to DCMA administrative contracting officers. However, 
contract administrators in southwest Asia did not ensure that the 
contractor had established and maintained a property control system to 
track items acquired under the contract. In addition, DCMA contracting 
officers in southwest Asia did not have a system in place to document 
what the contractor was procuring in support of AFCAP task orders and 
what was being turned over to the Air Force. As a result, as of April 
2004, neither DCMA nor the Air Force could account for approximately $2 
million worth of tools and construction equipment purchased through the 
AFCAP contract.

An important element of contract administration is the definitizing of 
task orders, that is, reaching agreement with the contractor on the 
terms, specifications, or price of services to be delivered. All of the 
contracts included in our review were cost-plus award fee contracts. 
These contracts allow the contractor to be reimbursed for reasonable, 
allowable, and allocable costs incurred to the extent prescribed by the 
contract and provide financial incentives based on performance. Cost-
plus award fee contracts allow the government to evaluate a 
contractor's performance according to specified criteria and to grant 
an award amount within designated parameters. Award fees can serve as a 
valuable tool to help control program risk and encourage excellence in 
contract performance. To reap the advantages that cost-plus award fee 
contracts offer, the government must implement an effective award fee 
process. Any delays in definitizing task orders, however, make cost-
control incentives in these award fee contracts less effective as a 
cost control tool since there is less work remaining to be accomplished 
and therefore less costs to be controlled by the contractor.

While we found that AFCAP and BSC task orders were definitized quickly, 
and CONCAP task orders do not require definitization since the terms, 
specifications, and price are agreed to before work begins, we also 
found that many LOGCAP task orders remain undefinitized for months, and 
sometimes more than a year, after they were due to be completed and 
after billions of dollars of work had been completed. Because task 
orders have not been definitized, LOGCAP contracting personnel have not 
conducted an award fee board. I would like to note, however, that this 
condition is not limited to the LOGCAP contract. We stated in our 
report released yesterday that the Army Corps of Engineers has yet to 
definitize its March 2003 contract to rebuild Iraq's oil infrastructure 
or one of its contracts to rebuild Iraq's electrical infrastructure and 
recommended that the undefinitized contracts and task orders be 
definitized as soon as possible. DOD agreed with this recommendation 
and identified a number of steps being taken to do so.

Economy and Efficiency:

We again found mixed results in evaluating the attention to economy and 
efficiency in the use of contracts. In some cases, we saw military 
commands actively looking for ways to save money in the contracts. For 
example, U.S. Army, Europe, reported savings of approximately 
$200 million under the BSC by reducing labor costs, by reducing 
services, and by closing or downsizing camps that were no longer 
needed. The $200 million is almost 10 percent of the current contract 
ceiling price of $2.098 billion. In addition to these savings, 
U.S. Army, Europe, routinely sends in teams of auditors from its 
internal review group to review practices and to make recommendations 
to improve economy and efficiency. In others, however, most notably the 
LOGCAP contract in Iraq and Kuwait, we saw very little concern for cost 
considerations. It was not until December 2003, for example, that the 
Army instructed commands to look for ways to economize on the use of 
this contract. Similarly, we found that the Air Force did not always 
select the most economical and efficient method to obtain services. It 
used the AFCAP contract to supply commodities for its heavy 
construction squadrons, although use of the contract to procure and 
deliver commodity supplies required that the Air Force pay the 
contractor's costs plus an additional award fee. Air Force officials 
said that they used AFCAP because not enough contracting and finance 
personnel were deployed to buy materials quickly or in large 
quantities. AFCAP program managers have recognized that the use of a 
cost-plus award fee contract to buy commodities may not be the most 
cost-effective method and said that the next version of the contract 
may allow for either firm-fixed prices or cost-plus fixed fee 
procurements for commodity purchases.

Personnel and Training:

We found that shortages of personnel have also made contract oversight 
difficult. For example, while DCMA has deployed contracting officers to 
several countries throughout southwest and central Asia and the Balkans 
to provide on-site contract administration, DCMA officials believe that 
additional resources are needed to effectively support the LOGCAP and 
AFCAP contracts. Administrative contracting officers in Iraq, for 
example, have been overwhelmed with their duties as a result of the 
expanding scope of some of the task orders. Additionally, some Army and 
Air Force personnel with oversight responsibilities did not receive the 
training necessary to effectively accomplish their jobs. Finally, we 
found that military units receiving services from the contracts 
generally lacked a comprehensive understanding of their contract roles 
and responsibilities. For example, commanders did not understand the 
part they played in establishing task order requirements, nor did they 
fully understand the level of support required by the contractors.

Concluding Observations:

In conclusion, Mr. Chairman, the United States, along with its 
coalition partners and various international organizations and donors, 
has undertaken an enormously complex, costly, and challenging effort to 
rebuild Iraq in an unstable security environment. At the early stages 
of these efforts, agency procurement officials were confronted with 
little advance warning on which to plan and execute competitive 
procurement actions, an urgent need to begin reconstruction efforts 
quickly, and uncertainty as to the magnitude and term of work required. 
Their actions, in large part, reflected proper use of the flexibilities 
provided under procurement laws and regulations to award new contracts 
using other than full and open competitive procedures.

With respect to several task orders issued under existing contracts, 
however, some agency officials overstepped the latitude provided by 
competition laws by ordering work outside the scope of the underlying 
contracts. This work should have been separately competed, or justified 
and approved at the required official level for performance by the 
existing contractor. Importantly, given the war in Iraq, the urgent 
need for reconstruction efforts, and the latitude allowed by the 
competition law, these task orders reasonably could have been supported 
by justifications for other than full and open competition.

Logistics support contracts have developed into a useful tool for the 
military services to quickly obtain needed support for troops deployed 
to trouble spots around the world. Because of the nature of these 
contracts, however--that is, cost-plus award fee contracts--they 
require significant government oversight to make sure they are meeting 
needs in the most economic and efficient way possible in each 
circumstance. While the military services are learning how to use these 
contracts well, in many cases the services are still not achieving the 
most cost-effective performance and are not adequately learning and 
applying the lessons of previous deployments. Because of the military's 
continuing and growing reliance on these contracting vehicles, it is 
important that improvements be made and that oversight be strengthened.

Mr. Chairman and Members of the committee, this concludes my statement. 
I will be happy to answer any question you may have.

Contact and Acknowledgment:

For further information, please contact Neal P. Curtin at (757) 552-
8111 or curtinn@gao.gov or William T. Woods at (202) 512-4841 or 
woodsw@gao.gov. Individuals making key contributions to this statement 
include Robert Ackley, Ridge Bowman, Carole Coffey, Laura G. Czohara, 
Gary Delaney, Timothy J. DiNapoli, George M. Duncan, Glenn D. Furbish, 
C. David Groves, John Heere, Chad Holmes, Oscar W. Mardis, Kenneth E. 
Patton, Ron Salo, Steven Sternlieb, Matthew W. Ullengren, John Van 
Schaik, Adam Vodraska, Cheryl A. Weissman, and Tim Wilson.


FOOTNOTES

[1] See U.S. General Accounting Office, Rebuilding Iraq: Fiscal Year 
2003 Contract Award Procedures and Management Challenges, GAO-04-605 
(Washington, D.C.: June 1, 2004).

[2] See, for example, U.S. General Accounting Office, Contingency 
Operations: Opportunities to Improve the Logistics Civil Augmentation 
Program. GAO/NSIAD-97-63 (Washington, D.C.: Feb. 11, 1997); U.S. 
General Accounting Office, Contingency Operations: Army Should Do More 
to Control Contract Cost in the Balkans. GAO/NSIAD-00-225 (Washington, 
D.C.: Sept. 29, 2000); and U.S. General Accounting Office, Military 
Operations: Contractors Provide Vital Services to Deployed Forces But 
Are Not Adequately Addressed in DOD Plans, GAO-03-695 (Washington, 
D.C.: June 24, 2003).

[3] The Act's authority for waiving competitive contracting procedures 
that would impair foreign aid programs was recently recodified and 
enacted into positive law (40 U.S.C. § 113(e)).

[4] If more than one contractor was awarded a contract, however, then 
all the contractors are required to be provided a fair opportunity to 
be considered for the task order.

[5] DCC-W, a division within the office of the Administrative Assistant 
to the Secretary of the Army, provides administrative support, 
including contracting support, to DOD components located in the 
National Capital Region.

[6] The LOGCAP contract, which was competitively awarded in 2001, 
requires the contractor to provide the Army and other entities with 
planning and a broad range of logistics services in wartime and other 
operations. The Army has used LOGCAP to support both military 
operations and reconstruction efforts in Iraq. 

[7] According to the Army Corps of Engineers, more than $2.5 billion 
had been obligated on the contract as of May 2004. 

[8] As we reported, DOD concluded that there was only one source with 
the capability to perform emergency repairs to the oil infrastructure 
given (1) the classified nature of the planning efforts, (2) the 
contractor's role in those efforts, and (3) the imminent commencement 
of hostilities.

[9] While oversight of a contract is the responsibility of the 
contracting officer, the contracting officer may delegate some 
oversight responsibilities to DCMA.