This is the accessible text file for GAO report number GAO-04-605 
entitled 'Rebuilding Iraq: Fiscal Year 2003 Contract Award Procedures 
and Management Challenges' which was released on June 01, 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.

Report to Congressional Committees:

United States General Accounting Office:

GAO:

June 2004:

REBUILDING IRAQ:

Fiscal Year 2003 Contract Award Procedures and Management Challenges:

Iraq Reconstruction Contracting:

GAO-04-605:

GAO Highlights:

Highlights of GAO-04-605, a report to congressional committees.

Why GAO Did This Study:

Congress has appropriated more than $20 billion since April 2003 to 
support rebuilding efforts in Iraq. This complex undertaking, which is 
occurring in an unstable security environment and under significant 
time constraints, is being carried out largely through contracts with 
private-sector companies. As of September 2003, agencies had obligated 
nearly $3.7 billion on 100 contracts or task orders under existing 
contracts.

Given widespread congressional interest in ensuring that reconstruction 
contracts are awarded properly and administered effectively, GAO 
reviewed 25 contract actions that represented about 97 percent of the 
obligated funds. GAO determined whether agencies had complied with 
competition requirements in awarding new contracts and issuing task 
orders and evaluated agencies’ initial efforts in carrying out contract 
administration tasks.

What GAO Found:

Agencies used sole-source or limited competition approaches to issue 
new reconstruction contracts, and when doing so, generally complied 
with applicable laws and regulations. Agencies did not, however, always 
comply with requirements when issuing task orders under existing 
contracts. For new contracts, the law generally requires the use of 
full and open competition, where all responsible prospective 
contractors are allowed to compete, but permits sole-source or limited 
competition awards in specified circumstances, such as when only one 
source is available or to meet urgent requirements. All of the 14 new 
contracts GAO examined were awarded without full and open competition, 
but each involved circumstances that the law recognizes as permitting 
such awards. For example, the Army Corps of Engineers properly awarded 
a sole-source contract for rebuilding Iraq’s oil infrastructure to the 
only contractor that was determined to be in a position to provide the 
services within the required time frame. The Corps documented the 
rationale in a written justification, which was approved by the 
appropriate official. The U.S. Agency for International Development 
properly awarded seven contracts using limited competition. The 
Department of State, however, justified the use of limited competition 
by citing an authority that may not be a recognized exception to 
competition requirements, although a recognized exception could have 
been used.

There was a lesser degree of compliance when agencies issued 11 task 
orders under existing contracts. Task orders are deemed by law to 
satisfy competition requirements if they are within the scope, period 
of performance, and maximum value of a properly awarded underlying 
contract. GAO found several instances where contracting officers issued 
task orders for work that was not within the scope of the underlying 
contracts. For example, to obtain media development services and 
various subject matter experts, the Defense Contracting Command-
Washington placed two orders using a management improvement contract 
awarded under the General Services Administration’s schedule program. 
But neither of the two orders involved management improvement 
activities. Work under these and other orders should have been awarded 
using competitive procedures or, due to the exigent circumstances, 
supported by a justification for other than full and open competition. 

The agencies encountered various contract administration challenges 
during the early stages of the reconstruction effort, stemming in part 
from inadequate staffing, lack of clearly defined roles and 
responsibilities, changing requirements, and security constraints. 
While some of these issues have been addressed, staffing and security 
remain major concerns. Additionally, the Army and its contractors have 
yet to agree on key terms and conditions, including the projected cost, 
on nearly $1.8 billion worth of reconstruction work that either has 
been completed or is well under way. Until contract terms are defined, 
cost risks for the government remain and contract cost control 
incentives are likely to be less effective.

What GAO Recommends:

GAO is making several recommendations to the Secretary of the Army to 
ensure compliance with requirements when issuing task orders to rebuild 
Iraq and to reduce cost risk for the government. GAO also is 
recommending that the Secretary of Defense develop a strategy to 
improve the delivery of acquisition support in any future operations. 
DOD generally concurred with the recommendations and said it is 
resolving the contracting issues.

www.gao.gov/cgi-bin/getrpt?GAO-04-605.

To view the full product, including the scope and methodology, click on 
the link above. For more information, contact John Doe at (202) 
512-5555 or doej@gao.gov.

[End of section]

Contents:

Letter:

Scope and Methodology:

Results in Brief:

Background:

New Contract Awards Generally Complied with Competition Requirements, 
but Task Orders Were Less Compliant:

Effective Contract Administration Remains a Key Challenge as 
Contracting Activity Increases:

Conclusions:

Recommendations for Executive Action:

Agency Comments and Our Evaluation:

Appendix I: List of Organizations Contacted:

Appendix II: Iraq Reconstruction Contracts/Task Orders and Obligations 
as of September 30, 2003:

Appendix III: Comments from the Department of Defense:

Appendix IV: Comments from the Department of State:

Appendix V: Comments from the U. S. Agency for International 
Development:

Appendix IV: Comments from the General Services Administration:

Appendix VII: GAO Contacts and Acknowledgments:

Tables:

Table 1: Organizations and Principal Areas of Responsibility for 
Rebuilding Iraq:

Table 2: Contract Activity by Organization, as of September 30, 2003:

Table 3: Projected Uses of Fiscal Year 2004 Appropriations for Iraq 
Reconstruction Efforts:

Table 4: Principal Procurement Approaches Used to Rebuild Iraq:

Table 5: Agency Compliance with Requirements for Awarding New Contracts 
Using Other Than Full and Open Competition:

Table 6: Agency Compliance with Requirements for Issuing Task Orders on 
Existing Contracts:

Table 7: Undefinitized Contract Actions as of March 2004:

Abbreviations:

CICA: Competition in Contracting Act:

CPA: Coalition Provisional Authority:

DCAA: Defense Contract Audit Agency:

DCC-W: Defense Contracting Command-Washington:

DCMA: Defense Contract Management Agency:

DOD: Department of Defense:

FAR: Federal Acquisition Regulation:

GAO: General Accounting Office:

GSA: General Services Administration:

LOGCAP: Logistics Civil Augmentation Program:

OMB: Office of Management and Budget:

SAIC: Science Applications International Corporation:

USAID: U.S. Agency for International Development:

United States General Accounting Office:

Washington, DC 20548:

June 1, 2004:

Congressional Committees:

The United States, along with its coalition partners and various 
international organizations and donors, has embarked on a significant 
effort to rebuild Iraq in the aftermath of the war that replaced that 
country's regime. Since April 2003, Congress has appropriated more than 
$20 billion to support rebuilding efforts such as restoring Iraq's oil 
and electric infrastructures; reconstituting Iraq's national army and 
local police forces; assisting in developing a market-based economy; 
and improving the country's health, education, and medical services. 
The Coalition Provisional Authority (CPA), an entity established to 
manage Iraqi affairs on a temporary basis, is overseeing the rebuilding 
effort. This complex undertaking, which is occurring in an unstable 
security environment and under significant time constraints, is being 
carried out largely through contracts with private-sector companies.

Given the widespread congressional interest in ensuring that 
reconstruction contracts are awarded properly and administered 
effectively, we initiated a review of the contracts awarded to rebuild 
Iraq. Our review 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 through September 30, 2003. Many 
of these contract actions were awarded on behalf of the CPA, especially 
by the Army, which acted as the CPA's executive agent. Our objectives 
were to (1) determine whether agencies had complied with applicable 
laws and regulations governing competition in awarding new contracts 
and issuing task orders under existing contracts, and (2) evaluate 
agencies' initial efforts in carrying out contract administration 
tasks.

Scope and Methodology:

We reviewed reconstruction contracts that had been funded, in whole or 
in part, with U.S. appropriated funds. We focused our review on new 
contracts, modifications, task orders under existing contracts, and 
contract actions using the General Services Administration's (GSA) 
federal supply schedule program as of September 30, 2003. We did not 
review contracts that were funded entirely with international or Iraqi 
national funds, such as funds seized after the 1991 Gulf War or funds 
that were discovered during Operation Iraqi Freedom in 2003. We also 
did not review contracts or task orders that were used only for support 
of military operations or grants and cooperative agreements awarded to 
international or nongovernmental organizations. We continue to evaluate 
various issues related to military operations and the progress in 
rebuilding Iraq under separate reviews.[Footnote 1]

To determine the number of reconstruction contract actions, the types 
of contract actions, the procedures used to make the awards, and the 
funding sources, we requested information from each of the principal 
organizations responsible for rebuilding activities in Iraq: the CPA, 
the Office of the Secretary of Defense, the Department of the Army, the 
Army Corps of Engineers, USAID, and the Departments of State and 
Justice. To verify the information provided, we requested copies of 
each contract action issued as of September 30, 2003, and corrected the 
information provided as appropriate. Agency officials could not provide 
the contract files for a limited number of small-dollar contracts 
awarded during the early stages of the reconstruction effort. To 
determine the amount obligated for reconstruction, we primarily used 
the obligation data recorded in the contracts. We also reviewed the 
data maintained by the agencies' budget offices and information 
reflected in the Office of Management and Budget's (OMB) quarterly 
status reports. To obtain information on contract activities since 
September 2003, we interviewed CPA and agency officials, attended 
industry day conferences, and reviewed solicitations and other relevant 
agency documents.

To determine whether agencies had complied with applicable laws and 
regulations governing competition when awarding contracts and issuing 
task orders, we reviewed the requirements of the Competition in 
Contracting Act (CICA) of 1984 and other relevant laws and regulations. 
We judgmentally selected 25 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 total dollars obligated for 
reconstruction through September 30, 2003. New contracts accounted for 
nearly 80 percent of this spending.

We selected the 25 contracts or task orders based on various factors. 
We focused on high-dollar value contracts and task orders, and on 
contracts awarded using other than full and open competitive 
procedures. We also considered whether audits by the DOD or USAID 
Inspectors General were under way. Overall, the 25 contracts or task 
orders consisted of the following:

* the largest contract awarded and the 4 largest task orders, by dollar 
value, issued to support CPA operations;

* 9 contracts awarded and 1 task order issued by USAID, as well as 1 
task order issued under an Air Force contract to provide logistical 
support for USAID-managed efforts;

* 2 contracts awarded and 4 task orders issued by the Army Corps of 
Engineers and the Army Field Support Command to help restore Iraq's oil 
or electrical infrastructure;

* 1 contract awarded and 1 task order issued by the Army to train or 
equip the New Iraqi Army; and:

* 1 contract awarded by the Department of State to support Iraqi law 
enforcement efforts.

For new contract awards, we determined whether agency officials 
followed appropriate procedures in using other than full and open 
competition and assessed the agency's justification for its contracting 
approach. For task orders issued under existing contracts, we 
determined whether the task orders were within the scope of the 
existing contracts, and if not, whether the agencies had followed 
proper procedures to add the work. To do so, we obtained the contracts 
or task orders and associated modifications, justification and approval 
documentation, negotiation memoranda, audit reports, and other relevant 
documents. We discussed the award and issuance process with agency 
procurement personnel, including contracting officers, program 
managers, and, in some cases, agency counsel. We also reviewed audit 
reports on various procurement issues prepared by the DOD and USAID 
Inspectors General and the Defense Contract Audit Agency (DCAA).

To assess agencies' initial contract administration efforts, we 
interviewed procurement officials to determine how contract 
administration for their contracts was initially staffed, including the 
use of support contracts to assist in administering the contracts. We 
obtained information on plans for reaching agreement on key contract 
terms and conditions. We also reviewed the 25 contracts or task orders 
to determine whether they included provisions related to contract 
administration, such as quality assurance plans, requirements for 
monthly status reports, and subcontractor management plans. As part of 
our monitoring of reconstruction activities, we conducted field visits 
in October 2003 in Baghdad and in other areas in Iraq, including Al 
Hillal and Al Basrah. During these visits, we held discussions with 
officials and visited project sites, including power plants, oil wells, 
oil processing facilities, water and sewage systems, schools, and many 
other reconstruction activities. During these visits, we observed the 
challenges faced in carrying out reconstruction efforts, including the 
hostile security environment, poor communications, and unsettled 
working conditions.

Appendix I lists the agencies visited during our review. We conducted 
our work between May 2003 and April 2004 in accordance with generally 
accepted government auditing standards.

Results in Brief:

Agencies generally complied with applicable laws and regulations 
governing competition when using sole-source or limited competition 
approaches to award new contracts for reconstruction. They did not 
always comply with competition requirements, however, in issuing task 
orders under existing contracts. For new contracts, the law generally 
requires the use of full and open competition, where all responsible 
prospective contractors are allowed to compete, but permits sole-source 
or limited competition awards in specified circumstances, such as when 
only one source is available or to meet urgent requirements. All of the 
14 new contracts we examined were awarded without full and open 
competition. Each of these contracts, however, involved circumstances 
that the law recognizes as permitting other than full and open 
competition, and agencies generally justified the use of sole-source or 
limited competition awards in accordance with legal requirements. For 
example, the Army Corps of Engineers properly awarded a sole-source 
contract for rebuilding Iraq's oil infrastructure to the only 
contractor DOD had determined was in a position to provide the services 
within the required time frame given classified prewar planning 
requirements. The Army Corps of Engineers documented the rationale in a 
written justification and had the justification approved by the 
appropriate official. Similarly, USAID properly awarded seven contracts 
using limited competition procedures. In one instance, however, the 
Department of State justified and approved the use of limited 
competition by citing a unique authority that may not be a recognized 
exception to the competition requirements, even though a recognized 
exception to competition requirements was available.

Of the 11 task orders agencies issued under existing contracts, 2 were 
within the scope of the underlying contracts and 7, in whole or part, 
were not within scope; we have reservations about whether 2 others were 
within scope. Task orders are deemed by law to satisfy competition 
requirements if they are within the scope, period of performance, and 
maximum value of a properly awarded underlying contract. Although the 
maximum value and period of performance for a contract are almost 
always objectively ascertainable, decisions concerning the scope of a 
contract involve subjective analysis and judgment. Contracting officers 
must decide whether the work described in a task order fits within the 
work generally described in the contract. In several instances, 
contracting officers issued task orders for work that was not within 
the scope of the underlying contracts. For example, to obtain media 
development services and various subject matter experts, the Defense 
Contracting Command-Washington (DCC-W) placed two orders using a 
management improvement contract awarded under GSA's federal supply 
schedule program. But the two orders, both placed with the same 
company, did not involve management improvement activities. The out-of-
scope work under these and other 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. To ensure that task 
orders issued to rebuild Iraq comply with applicable requirements, we 
are making 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.

The agencies encountered various contract administration challenges 
during the early stages of the reconstruction effort, stemming in part 
from inadequate staffing, lack of clearly defined roles and 
responsibilities, changing requirements, and security constraints. 
While some of these issues have been addressed, staffing, security, and 
defining key terms and conditions of the contracts remain major 
concerns. For example, USAID officials have found it necessary to 
augment mission staff with personnel on temporary assignment from other 
USAID missions, while the State Department is exploring options for 
reorganizing the bureau overseeing its contract to use resources more 
efficiently. In addition, the Army has nearly $1.8 billion worth of 
reconstruction work that either has been completed or is well under 
way, but the agency and the contractors have yet to agree on key terms 
and conditions, including a projected cost. Until contract terms are 
defined, contract cost control incentives are likely to be less 
effective and risks to the government remain. To promote effective cost 
control, we are recommending that the Secretary of Army definitize 
outstanding contract actions as soon as possible. To improve the 
delivery of acquisition support in future operations, we are also 
recommending that the Secretary of Defense, in consultation with the 
Administrator, USAID, evaluate the lessons learned in Iraq and develop 
a strategy for assuring that adequate staff and other resources can be 
made available in a timely manner.

For future reconstruction efforts in Iraq, the CPA has established a 
program management office to provide better coordination and management 
over activities to be conducted during the next year. To implement this 
approach, in March 2004, DOD, on behalf of the CPA, awarded 17 
contracts for overall program support and construction management 
services in such areas as electricity and water. Other agencies, such 
as USAID, will continue to award and manage contracts within their 
areas of responsibilities.

We received written comments on a draft of this report from DOD, the 
Department of State, USAID, and GSA. DOD generally concurred with our 
recommendations and outlined a number of corrective actions it is 
taking. The Department of State disagreed with our assessment that the 
authority it cited to limit competition may not be a recognized 
exception to competition requirements. State did not provide us, 
however, with a persuasive basis to conclude that the authority is a 
recognized exception. USAID concurred with the draft as written. GSA 
noted it was working with DOD and other federal agencies to ensure that 
their contracting officers are fully trained on the proper use of the 
federal supply schedule program. The agencies' comments appear in 
appendixes III, IV, V, and VI.

Background:

During the latter part of 2002, as diplomatic efforts to convince the 
former Iraqi regime to comply with United Nations Security Council 
resolutions continued, discussions took place within the administration 
about the need to rebuild Iraq should combat operations become 
necessary. In October 2002, OMB established a senior interagency team 
to establish a baseline assessment of conditions in Iraq and to develop 
relief and reconstruction plans. According to an OMB official, the team 
developed plans for immediate relief operations and longer-term 
reconstruction in 10 sectors: health, education, water and sanitation, 
electricity, shelter, transportation, governance and the rule of law, 
agriculture and rural development, telecommunications, and economic and 
financial policy.

Though high-level planning continued through the fall of 2002, most of 
the agencies involved in the planning were not requested to initiate 
procurement actions for the rebuilding efforts until early in 2003. 
Once assigned the responsibilities, agency procurement personnel were 
instructed to be ready to award the initial contracts within a 
relatively short time period, often within weeks. During 2003, several 
agencies played a role in awarding or managing reconstruction 
contracts, most notably USAID and the Army Corps of Engineers. Various 
agencies awarded contracts on behalf of the CPA and its predecessor 
organization, the Office of Reconstruction and Humanitarian Assistance. 
Table 1 shows the principal areas of responsibility assigned to the CPA 
and other agencies.

Table 1: Organizations and Principal Areas of Responsibility for 
Rebuilding Iraq:

Organization: CPA; 
Primary responsibilities: Acts as an interim government and oversees, 
directs, coordinates, and approves rebuilding efforts. The CPA 
Administrator reports to the President through the Secretary of 
Defense.

Organization: Department of the Army; 
Primary responsibilities: DOD executive agent for the CPA. Provides 
administrative, logistics, and contracting support for the CPA and 
training for the New Iraqi Army.

Organization: Army Corps of Engineers; 
Primary responsibilities: Iraqi oil and electrical infrastructures, CPA 
administrative support, and technical assistance on USAID capital 
construction contracts.

Organization: USAID; 
Primary responsibilities: Nonoil-related capital construction, seaport 
and airport administration, local governance, economic development, 
education, and public health.

Organization: Department of State; 
Primary responsibilities: Civilian law enforcement, judicial, and 
corrections support.

Organization: Department of Justice; 
Primary responsibilities: Civilian law enforcement training and 
support. 

Source: GAO's analysis of agency data.

[End of table]

As of September 30, 2003, the agencies had obligated nearly $3.7 
billion on 100 contracts or task orders for reconstruction efforts (see 
table 2). These obligations came from various funding sources, 
including U.S. appropriated funds and Iraqi assets.[Footnote 2] The 
Army Corps of Engineers and USAID together obligated about $3.2 
billion, or nearly 86 percent of this total. The majority of these 
funds were used to rebuild Iraq's oil infrastructure and to fund other 
capital-improvement projects, such as repairing schools, hospitals, and 
bridges. This spending reflects a relatively small part of the total 
amount that may be required to rebuild Iraq, with estimates ranging 
from $50 billion to $100 billion.[Footnote 3] Appendix II lists the 100 
reconstruction contracts and task orders we identified and the 
associated obligations as of September 30, 2003.[Footnote 4]

Table 2: Contract Activity by Organization, as of September 30, 2003:

Organization: CPA[A]: Army Field Support Command; 
Contracts awarded or task orders issued: 1; 
Amount obligated: $204.1; 
Percent of total obligations: 6.

Organization: CPA[A]: Defense Contracting Command- Washington; 
Contracts awarded or task orders issued: 24; 
Amount obligated: $127.9; 
Percent of total obligations: 3.

Organization: CPA[A]: Army Corps of Engineers; 
Contracts awarded or task orders issued: 3; 
Amount obligated: $28.5; 
Percent of total obligations: <1.

Organization: CPA[A]: Defense Information Systems Agency; 
Contracts awarded or task orders issued: 4; 
Amount obligated: $27.4; 
Percent of total obligations: <1.

Organization: CPA[A]: Defense Contract Management Agency; 
Contracts awarded or task orders issued: 7; 
Amount obligated: $16.9; 
Percent of total obligations: <1.

Organization: CPA[A]: Army Contracting Agency; 
Contracts awarded or task orders issued: 1; 
Amount obligated: $11.0; 
Percent of total obligations: <1.

Organization: CPA[A]: Washington Headquarters Services; 
Contracts awarded or task orders issued: 34; 
Amount obligated: $1.8; 
Percent of total obligations: <1.

Organization: Department of the Army: Army Corps of Engineers; 
Contracts awarded or task orders issued: 8; 
Amount obligated: $1,694.6; 
Percent of total obligations: 46.

Organization: Department of the Army: Army Field Support Command; 
Contracts awarded or task orders issued: 3; 
Amount obligated: $69.4; 
Percent of total obligations: 2.

Organization: Department of the Army: Army Contracting Agency; 
Contracts awarded or task orders issued: 1; 
Amount obligated: $48.1; 
Percent of total obligations: 1.

Organization: USAID: 

Organization: USAID; 
Contracts awarded or task orders issued: 11; 
Amount obligated: $1,335.8; 
Percent of total obligations: 36.

Organization: USAID: Department of the Air Force[B]; 
Contracts awarded or task orders issued: 1; 
Amount obligated: $91.5; 
Percent of total obligations: 2.

Organization: Department of State; 
Contracts awarded or task orders issued: 1; 
Amount obligated: $19.6; 
Percent of total obligations: <1.

Organization: Department of Justice; 
Contracts awarded or task orders issued: 1; 
Amount obligated: $1.7; 
Percent of total obligations: <1.

Organization: Total; 
Contracts awarded or task orders issued: 100; 
Amount obligated: $3,678.3; 
Percent of total obligations: 100.

[End of table]

Source: GAO's analysis of data provided by DOD, the CPA, USAID, and 
the Departments of State and Justice.

Note: Figures do not total to 100 percent.

[A] Reflects contracts awarded or task orders issued on behalf of the 
CPA by the listed agencies.

[B] Reflects an Air Force task order issued for logistical support on 
behalf of USAID.

In November 2003, Congress appropriated an additional $18.4 billion 
for rebuilding activities.[Footnote 5] The CPA's projected uses for the 
funds reflect a continued emphasis on rebuilding Iraq's infrastructure 
and on providing improved security and law enforcement capabilities 
(see table 3). In appropriating these funds, Congress required that the 
CPA Administrator or the head of a federal agency to notify Congress no 
later than 7 calendar days before awarding a contract, with these 
funds, valued at $5 million or more for reconstruction using other than 
full and open competition procedures.[Footnote 6]

Table 3: Projected Uses of Fiscal Year 2004 Appropriations for Iraq 
Reconstruction Efforts:

Purpose: Electric sector; 
Amount: $ 5.6.

Purpose: Water resources and sanitation; 
Amount: $4.3.

Purpose: Security and law enforcement; 
Amount: $3.2.

Purpose: Oil infrastructure; 
Amount: $1.7.

Purpose: Justice, public safety, and civil society; 
Amount: $1.5.

Purpose: Health care; 
Amount: $0.8.

Purpose: Transportation/telecommunications; 
Amount: $0.5.

Purpose: Roads, bridges, and construction; 
Amount: $0.4.

Purpose: Education, refugees, and human rights; 
Amount: $0.3.

Purpose: Private-sector development; 
Amount: $0.2.

Purpose: Total; 
Amount: $18.4. 

Source: OMB.

Note: Figures may not total due to rounding.

[End of table]

U.S.-funded reconstruction efforts were undertaken through numerous 
contracts awarded by various U.S. agencies. CICA generally requires 
that federal contracts be awarded on the basis of full and open 
competition--that is, all responsible prospective contractors must be 
afforded the opportunity to compete.[Footnote 7] The process is 
intended to permit the government to rely on competitive market forces 
to obtain needed goods and services at fair and reasonable prices. 
Within this overall framework, agencies can use various procurement 
approaches to obtain goods and services. Each approach, as listed in 
table 4, involves different requirements with which agencies must 
comply. In some cases, agency officials may determine that a contractor 
working under an existing contract may be able to provide the required 
goods or services through issuance of a task order, thus obviating the 
need to award a new contract. Before awarding a task order under an 
existing contract, however, the agency must determine that the work to 
be added is within the scope of that contract (i.e., that the work fits 
within the statement of work, performance period, and maximum value of 
the existing contract). In making this determination, the contracting 
officer must decide whether the new work is encompassed by the existing 
contract's statement of work and the original competition for that 
contract.

Table 4: Principal Procurement Approaches Used to Rebuild Iraq:

Procurement approach: Award new contract; 
Key requirements: Contract awards generally must comply with CICA's 
requirement for full and open competition. When not providing for such 
competition, the contracting officer must, among other things, justify 
the reasons for using the alternative authorized procedure, and, if 
applicable, solicit offers from as many potential sources as is 
practicable under the circumstances and consider actions to facilitate 
competition for any subsequent acquisition of the supplies or services 
required. The contracting officer's justification for the use of other 
than full and open competitive procedures must be approved at the 
required level within the agency, depending on the value of the 
contract and the competition exception cited.

Procurement approach: Use existing indefinite-delivery/indefinite-
quantity contract; 
Key requirements: Indefinite-delivery/indefinite-quantity contracts 
establish the basic terms of the contracts in advance, enabling agency 
personnel to issue subsequent task or delivery orders for specific 
services or goods expeditiously. Orders must be within the contract's 
scope, issued within the period of performance, and be within the 
contract's maximum value. Out-of-scope work must either be competed or 
be justified by the contracting officer under the same rules that apply 
to noncompetitive awards of new contracts. If the basic contract is 
awarded to multiple firms, then each generally must be given a "fair 
opportunity to be considered" for each order. Special competition 
requirements apply to orders for services by or on behalf of DOD.

Procurement approach: Use federal supply schedule contract; 
Key requirements: GSA's federal supply schedule program offers a wide 
variety of commercial goods and services through the use of various 
schedule contracts. Because these contracts are deemed to be 
competitively awarded, contracting officers generally may place orders 
under these contracts without seeking further competition or further 
determining whether the listed prices are fair and reasonable. For 
service contracts that are valued at more than $2,500 and require a 
statement of work, GSA established special ordering procedures that 
require agency personnel to solicit quotes from at least three 
contractors and evaluate the mix and price of the labor categories 
being offered, among other things. Special competition requirements 
apply to orders for services by or on behalf of DOD.

Source: GAO's analysis of data provided by DOD, the CPA, USAID, and the 
Departments of State and Justice.

[End of table]

New Contract Awards Generally Complied with Competition Requirements, 
but Task Orders Were Less Compliant:

Agencies generally complied with applicable laws and regulations 
governing competition when using sole-source or limited competition 
approaches to award the initial reconstruction contracts we reviewed. 
The exigent circumstances that existed immediately prior to, during, 
and following the war led agency officials to conclude that the use of 
full and open competitive procedures for new contracts would not be 
feasible. We found these decisions to be within the authority provided 
by law. We found several instances, however, in which agencies had 
issued task orders for work that was outside the scope of existing 
contracts. Such task orders do not satisfy legal requirements for 
competition. In these cases, the out-of-scope work should have been 
awarded using competitive procedures or supported with a Justification 
and Approval for other than full and open competition in accordance 
with legal requirements. Given the urgent need for reconstruction 
efforts, the authorities under the competition laws for using 
noncompetitive procedures provided agencies ample latitude to justify 
other than full and open competition to satisfy their needs.

Agencies Properly Justified Use of Other Than Full and Open Competition 
in Awarding New Contracts:

The agencies responsible for rebuilding Iraq generally complied with 
applicable requirements governing competition when awarding new 
contracts. While CICA 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.[Footnote 8] 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.[Footnote 9]

We reviewed 14 new contracts that were awarded 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 (see table 5). Because of the 
limited time available to plan and commence reconstruction efforts, 
agency officials concluded that the use of full and open competitive 
procedures in awarding new contracts would not be feasible. For 13 of 
these new contracts, agency officials adequately justified their 
decisions and complied with the statutory and regulatory competition 
requirements. In the remaining case, 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.[Footnote 10] State took steps to obtain 
competition, however, by inviting offers from four firms. State could 
have justified and approved its limited competition under recognized 
exceptions to the competition requirements.

Table 5: Agency Compliance with Requirements for Awarding New Contracts 
Using Other Than Full and Open Competition:

Dollars in millions: 

Army Corps of Engineers: Contract(s) objectives: Repair and maintain 
operations of Iraq's oil infrastructure; 
Agency action: Awarded sole-source contract citing authorized CICA 
exception for only one responsible source available. According to DOD, 
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. DOD recognized as early 
as November 2002 that the contractor, given its role in preparing a 
contingency support plan, would be in the best position to execute the 
plan for emergency repair and continuing the operations of Iraq's oil 
infrastructure. The contracting officer's written justification 
outlined the rationale for the decision and other factors, and it was 
approved by the Army's senior procurement executive; 
Our assessment: Justification and Approval complied with applicable 
legal standards.[A]; 
Obligations as of Sept. 2003: $1,390.1.

Army Corps of Engineers: Contract(s) objectives: Interim transitional 
civil administration headquarters; 
Agency action: Awarded sole-source contract citing CICA's unusual and 
compelling urgency exception; 
Our assessment: Justification and Approval complied with applicable 
legal standards; 
Obligations as of Sept. 2003: $19.7.

USAID: Contract(s) objectives: Capital construction, transition 
support, local governance, economic development, education, public 
health, personnel support, and airport and seaport administration; 
Agency action: Awarded seven contracts under limited competition and 
two sole-source contracts citing the foreign aid program impairment 
exception to the competition requirements provided for under the 
Federal Property and Administrative Services Act.[B] The waiver, signed 
on January 16, 2003, instructed procurement officials to seek offers 
from as many sources as was practicable. Excluding the two sole-source 
awards, USAID solicited between 2 and 10 potential offerors for each 
contract; 
Our assessment: Justifications and Approvals complied with applicable 
legal standards.[C]; 
Obligations as of Sept. 2003: $1,326.3.

Army Contracting Agency: Contract(s) objectives: Training program for 
New Iraqi Army; 
Agency action: Awarded contract under limited competition citing 
CICA's unusual and compelling urgency exception. In this case, the CPA 
identified a requirement for a program on May 31, 2003, with the 
objective of having a program in place by July 1. The Army received 
five proposals, and following an evaluation, awarded a contract on 
June 25; 
Our assessment: Justification and Approval complied with applicable 
legal standards; 
Obligations as of Sept. 2003: $48.1.

Army Field Support Command: Contract(s) objectives: Prepositioning 
fire-fighting equipment; 
Agency action: Awarded sole-source letter contract (numbered as a task 
order under the Armyís existing Logistics Civil Augmentation Program 
(LOGCAP) contract citing CICAís exception for only one responsible 
source available); 
Our assessment: Justification and Approval complied with applicable 
legal standards.[A]; 
Obligations as of Sept. 2003: $37.5.

Department of State: Contract(s) objectives: Law enforcement, judicial, 
and corrections support; 
Agency action: Agency limited competition by citing a provision of the 
Foreign Assistance Act of 1961 that authorizes the President to furnish 
foreign assistance on such terms and conditions as he may determine for 
international narcotics control or for other anticrime purposes 
"notwithstanding any other provision of law."; 
Our assessment: Authority used by State may not be a recognized 
exception to competition requirements, although circumstances would 
have supported Stateís use of a recognized exception to the 
requirements; 
Obligations as of Sept. 2003: $19.6.

Source: GAO's analysis of agency data.

[A] Because the Army cited national security considerations in 
deciding not to publicize its requirements, it was required under the 
Army FAR Supplement to cite national security as the basis for using 
other than full and open competition and request offers from as many 
potential sources as practicable under the circumstances. However, 
since the Army reasonably determined in both cases that there was only 
one available, responsible source, there was no substantive effect from 
the choice of authorized competition exception.

[B] The Federal Property and Administrative Services Act permitted 
waiver of competitive contracting procedures that would impair foreign 
aid programs. This authority, previously codified at 40 U.S.C. ß 474 
(2000), was recently recodified and enacted into positive law, 40 
U.S.C. ß 113(e), by Pub. L. No. 107-217, ß 1, 116 Stat. 1062, 1066 
(2002).

[C] The USAID Inspector General also evaluated USAID's procurement 
processes. While the Inspector General found that USAID had generally 
complied with applicable federal regulations, the Inspector General 
identified a number of issues, including inadequate needs assessments, 
absence of a clear methodology for and documentation of market research 
decisions in identifying prospective contractors, need to obtain 
general counsel's advice on certain procurement matters, and lack of 
notification and timely debriefings of unsuccessful offerors. USAID 
agreed to address the issues raised by the Inspector General.

[End of table]

Agencies Did Not Always Satisfy Competition Requirements When Issuing 
Task Orders under Existing Contracts:

We found a lesser degree of compliance when agencies issued task orders 
under existing contracts. When issuing a task order under an existing 
contract, the competition law does not require competition beyond that 
obtained for the initial contract award,[Footnote 11] 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.
[Footnote 12] The scope, period, or maximum value may be increased only 
by modification of the contract,[Footnote 13] and competitive 
procedures are required to be used for any such increase unless an 
authorized exception applies.[Footnote 14]

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 (in contrast to the contract's maximum value 
and performance period, which are explicitly stated in the contract). 
Other than the basic requirement that task orders be within scope, 
there are no statutory or regulatory criteria or procedures that guide 
a contracting officer in making this determination. Instead, guiding 
principles for scope of contract determinations are established in case 
law, such as bid protest decisions of the Comptroller General.[Footnote 
15] These decisions establish that the key factor is whether there is a 
material difference between the new work and the contract that was 
originally awarded--in other words, whether new work is something 
potential offerors reasonably could have anticipated in the competition 
for the underlying contract.[Footnote 16]

Of the 11 task orders we reviewed, 2 were within the scope of the 
underlying contract and 7 were, in whole or part, not within scope; 
we have reservations concerning whether 2 others were within scope (see 
table 6).

Table 6: Agency Compliance with Requirements for Issuing Task Orders on 
Existing Contracts:

Defense Information Systems Agency: Task order objectives: Provide 
internal communications and management support to the CPA; 
Our assessment: Defense Information Systems Agency: No issues 
identified. Task order is within the scope of the contract; 
Obligations as of Sept. 2003: Defense Information Systems Agency: 
$22.0.

USAID: Task order objectives: Provide monitoring and evaluation 
services for USAID activities in Iraq; 
Our assessment: Defense Information Systems Agency: No issues 
identified. Task order is within the scope of the contract; 
Obligations as of Sept. 2003: Defense Information Systems Agency: $5.5.

DCC-W: Task order objectives: Establish an Iraqi media capability, 
including print, television, and radio; 
Our assessment: Defense Information Systems Agency: Work is outside 
the scope of the existing contract to provide management consulting 
services to assist in improving federal agency operations; 
Obligations as of Sept. 2003: Defense Information Systems Agency: 
$82.4.

DCC-W: Task order objectives: Recruit and provide logistical support 
for subject matter experts to assist the Iraqi Reconstruction and 
Development Council; 
Our assessment: Defense Information Systems Agency: Work is outside 
the scope of the existing contract to provide management consulting 
services to assist in improving federal agency operations; 
Obligations as of Sept. 2003: Defense Information Systems Agency: 
$24.8.

Air Force Contract Augmentation Program: Task order objectives: 
Provide logistical support and equipment to support USAID mission in 
Baghdad and at other sites in Iraq; 
Our assessment: Defense Information Systems Agency: Work is, in part, 
outside the scope of the contract, which is primarily to provide 
commanders an ability to augment or relieve base operating support 
functions for sustaining deployed operating forces. The Air Force is 
issuing new guidance to ensure orders supporting USAID are within the 
scope of the contract; 
Obligations as of Sept. 2003: Defense Information Systems Agency: 
$91.5.

Army Field Support Command: Task order objectives: Contingency support 
planning for restoring the Iraqi oil infrastructure; 
Our assessment: Defense Information Systems Agency: Work was outside 
the scope of the existing LOGCAP contract, which provides for planning 
in support of requirements designated to be met via LOGCAP support. At 
the time the order was issued, DOD recognized that restoration of the 
oil infrastructure was beyond the scope of the LOGCAP contract. In our 
opinion, planning for such efforts was, correspondingly, also outside 
the scope. DOD nevertheless determined the planning was within scope; 
Obligations as of Sept. 2003: Defense Information Systems Agency: $1.9.

Army Field Support Command: Task order objectives: Three task orders 
issued to repair and restore the Iraqi electrical infrastructure; 
Our assessment: Defense Information Systems Agency: Work is outside 
the scope of the three existing contracts because it causes the maximum 
value ($100 million) of each underlying contract to be exceeded; 
The Army Corps of Engineers used limited competition in awarding the 
three underlying contracts. Also, the subsequent task orders were not 
competed among the three contractors as required; 
rather, the work was assigned to each contractor based on its existing 
capabilities within geographic location, among other factors. We found 
that the contracting officer had not prepared a justification for 
these noncompetitive task orders. After we raised this issue with 
agency officials, the contracting officer prepared the required 
documentation in April 2004; 
Although CICA and the FAR permit after-the-fact Justification and 
Approval of noncompetitive awards based on unusual and compelling 
urgency, neither the justification for limiting competition in the 
award of the three underlying contracts, nor the justification for 
increasing their maximum value, has been approved by the Army--almost a 
year after award and more than 6 months after the justification was 
submitted by the Army Corps of Engineers; 
Obligations as of Sept. 2003: Defense Information Systems Agency: 
$280.0.

Army Field Support Command: Task order objectives: CPA logistical 
support; 
Our assessment: Defense Information Systems Agency: Work may be outside 
of the scope of the existing LOGCAP contract, which provides for 
civilian contractor augmentation of combat service support and combat 
support for Army and other entities in wartime and other specified 
operations; 
Obligations as of Sept. 2003: Defense Information Systems Agency: 
$204.1.

Army Field Support Command: Task order objectives: New Iraqi Army 
training logistical support; 
Our assessment: Defense Information Systems Agency: Work may be outside 
of the scope of the existing LOGCAP contract, which provides for 
civilian contractor augmentation of combat service support and combat 
support for Army and other entities in wartime and other specified 
operations; 
Obligations as of Sept. 2003: Defense Information Systems Agency: 
$30.0. 

Source: GAO's analysis of agency data.

[End of table]

The seven instances in which agencies issued task orders for work that 
was, in whole or in part, outside the scope of an existing contract are 
described on the following pages. In each of these cases, the out-of-
scope work should have been awarded using competitive procedures or 
supported with a Justification and Approval for other than full and 
open competition in accordance with legal requirements. Given the 
urgent need for reconstruction efforts, the authorities under the 
competition laws for using noncompetitive procedures provided agencies 
ample latitude to justify other than full and open competition to 
satisfy their needs.

* DCC-W[Footnote 17] improperly used a GSA schedule contract to issue 
two task orders with a combined value of over $107 million for work 
that was outside the scope of the schedule contract.

Under GSA's federal supply schedule program, GSA negotiates contracts 
with multiple firms for various commercial goods and services and makes 
those contracts available for other agencies to use. In March 2003, 
DCC-W placed two orders with Science Applications International 
Corporation (SAIC) under SAIC's schedule contract. One order involved 
development of a news media capability--including radio and television 
programming and broadcasting--in Iraq. The other required SAIC 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 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, which 
typically would encompass work such as consultation, facilitation, and 
survey services. The period of performance for the media services task 
order has expired, and the task order for subject matter experts was 
extended through April 30, 2004.[Footnote 18]

* Over $91 million was obligated under an Air Force Contract 
Augmentation Program contract for delivery of commodities to USAID for 
reconstruction activities and logistical support for USAID's mission in 
Iraq. The contract is intended primarily to provide base-level 
logistical and operational support for Air Force deployments. Under an 
interagency agreement,[Footnote 19] the Air Force used the contract to 
provide USAID a variety of support tasks related to storage, inventory 
control and management, and other logistical and operational support. 
Some of these funds, however, had been obligated for services such as 
building materials for Iraqi schools and planning for fixing electrical 
power generation for Baghdad water treatment plants. Because these 
types of services--though related to USAID's foreign assistance 
mission--are not related to support for a deployment, they appear to be 
outside the scope of the contract. When we brought this issue to the 
attention of Air Force officials, they agreed that some of the work was 
outside the scope of the contract, and they are issuing guidance to 
ensure that logistical support for USAID does not go beyond the scope 
of the contract.

* The Army Field Support Command issued a $1.9 million task order for 
contingency planning for the Iraqi oil infrastructure mission under its 
LOGCAP contract with Kellogg Brown & Root. The task order was not 
within the scope of that contract.[Footnote 20] 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 the contractor was uniquely positioned to develop 
the contingency support plan. DOD determined that planning for the 
missions was within the scope of the LOGCAP contract, but it also 
determined that the actual execution of the Iraq oil mission, including 
prepositioning of fire-fighting equipment and teams, was beyond its 
scope.

We agree with the DOD conclusion that repairing and continuing the 
operations of the Iraqi oil infrastructure are not within the scope of 
the contract. But unlike DOD, we conclude that preparation of the 
contingency support plan for this mission was beyond the scope of the 
contract. We read the LOGCAP statement of work as contemplating 
planning efforts for missions designated for possible contractor 
execution under the contract. Consequently, the Army Field Support 
Command should have prepared a written justification to authorize the 
work without competition. The resulting contingency plan was used as 
justification for subsequently awarding a sole-source contract to 
Kellogg Brown & Root for restoring the oil infrastructure, for which 
nearly $1.4 billion was obligated during fiscal year 2003. As noted in 
table 5, we found that the award of this contract generally complied 
with applicable legal standards.

* In March 2003, the Army Corps of Engineers conducted a limited 
competition resulting in multiple-award contracts with three firms--
Washington International, Inc., Fluor Intercontinental, Inc., and 
Perini Corporation--for construction-related activities in the Central 
Command's area of responsibility. These contracts had a maximum value 
of $100 million each. In the latter part of August 2003, as efforts to 
restore electricity throughout Iraq lagged and amid concerns that the 
electrical shortages presented social unrest and security threats to 
the CPA and the military forces, the Central Command tasked the Army 
Corps of Engineers with taking steps to rebuild the electrical 
infrastructure as quickly as possible. In response, the Army Corps of 
Engineers issued task orders under each of these contracts causing them 
to exceed their maximum value.[Footnote 21] Consequently, the orders 
are outside the scope of the underlying contracts.

The Army Corps of Engineers prepared a justification for award of the 
underlying contracts in August 2003 and a subsequent justification in 
September 2003 to increase the maximum value of each contract from $100 
million to $500 million. Neither justification had been approved as of 
March 31, 2004. [Footnote 22]

Finally, we note that section 803 of the National Defense Authorization 
Act for Fiscal Year 2002 (Pub. L. No. 107-107) requires that an order 
for services in excess of $100,000 issued under a multiple-award 
contact by or on behalf of a DOD agency be made on a competitive basis, 
unless a contracting officer justifies an exception in writing. The 
Army Corps of Engineers did not compete these task orders among the 
three multiple-award contractors. Rather, the agency and the 
contractors collectively decided to allocate the electrical 
infrastructure work based on geographical sectors and the capabilities 
of the contractors in the theater. We found that the contracting 
officer had not prepared a justification for these noncompetitive task 
orders. After we raised this issue with agency officials, the 
contracting officer prepared the required documentation in April 2004.

As described in table 6, we also have reservations about whether work 
ordered under two other Army task orders was within the scope of an 
underlying contract for combat support. These task orders were issued 
by the Army Field Support Command for the CPA's logistical support and 
for a base camp used in training the New Iraqi Army. In these, as in 
the other cases, the competition laws provided agencies ample latitude 
to justify using other than full and open competition to satisfy their 
needs.

Effective Contract Administration Remains a Key Challenge as 
Contracting Activity Increases:

The need to award contracts and begin reconstruction efforts quickly--
the factors that led agencies to use other than full and open 
competition--also contributed to initial contract administration 
challenges. Faced with uncertainty as to the full extent of the 
rebuilding effort, agencies often authorized contractors to begin work 
before key terms and conditions, including the statement of work to be 
performed and the projected cost for that work, were fully defined. 
Until agreement is reached, contract incentives to control costs are 
likely to be less effective. Staffing constraints and security concerns 
posed further challenges. Agencies have made progress in addressing 
these issues, but there remains a backlog of contracts for which final 
agreement has not yet been reached. The CPA has created a new office to 
better manage and coordinate reconstruction efforts to be conducted 
over the next year.

Reaching Agreement on Key Contract Terms and Conditions:

To meet urgent operational needs, as is the case in Iraq's 
reconstruction, agencies are permitted to authorize contractors to 
begin work before contracts or task orders have been definitized--that 
is, before key terms and conditions, including price, have been defined 
and agreed upon. While this approach allows agencies to initiate needed 
work quickly, it also can result in potentially significant additional 
costs and risks being imposed on the government. Agencies generally are 
required to definitize contractual actions within 180 days.[Footnote 
23]

For many of the contracts we reviewed, agencies authorized the 
contractors to begin work before terms were fully defined, and later 
reached final agreement on the scope and price of the work. There 
remain six DOD contracts or tasks orders, however, that had yet to be 
definitized as of March 2004, two involved work that had been completed 
more than a year earlier (see table 7). In total, nearly $1.8 billion 
had been obligated on these contracts or task orders as of September 
30, 2003. These contracts or task orders had been awarded or issued by 
either the Army Corps of Engineers or the Army Field Support Command, 
and they include efforts to restore Iraq's oil and electrical 
infrastructures and to provide logistical support to the CPA.

Table 7: Undefinitized Contract Actions as of March 2004:

Dollars in millions: 

Agency: Army Corps of Engineers; 
Purpose of contract/ task order: Restore Iraq's oil infrastructure[A]; 
Work status as of March 31, 2004: Ongoing; 
Amount obligated as of Sept. 30, 2003: $1,390.0.

Agency: Army Field Support Command; 
Purpose of contract/ task order: Provide support to the CPA; 
Work status as of March 31, 2004: Ongoing; 
Amount obligated as of Sept. 30, 2003: $204.1.

Agency: Army Corps of Engineers; 
Purpose of contract/ task order: Restore Iraq's electrical 
infrastructure; 
Work status as of March 31, 2004: Ongoing; 
Amount obligated as of Sept. 30, 2003: $111.0.

Agency: Army Field Support Command; 
Purpose of contract/ task order: Prepositioning of fire-fighting 
equipment and personnel; 
Work status as of March 31, 2004: Completed March 2003; 
Amount obligated as of Sept. 30, 2003: $37.5.

Agency: Army Field Support Command; 
Purpose of contract/ task order: Logistical support for personnel 
training for the New Iraqi Army; 
Work status as of March 31, 2004: Ongoing; 
Amount obligated as of Sept. 30, 2003: $30.0.

Agency: Army Field Support Command; 
Purpose of contract/ task order: Contingency plan for repairing and 
maintaining Iraq's oil infrastructure; 
Work status as of March 31, 2004: Completed February 2003; 
Amount obligated as of Sept. 30, 2003: $1.9.

Agency: Total; 
Amount obligated as of Sept. 30, 2003: $1,774.5. 

Source: GAO's analysis of agency data.

[A] The Army Corps of Engineers awarded a single, sole-source 
indefinite-delivery/indefinite-quantity contract in March 2003. Under 
this contract, the Army Corps of Engineers had issued a total of 10 
task orders as of March 30, 2004.

[End of table]

Agency officials attribute much of the delay in reaching agreement to 
continued growth in reconstruction efforts, which in turn have required 
numerous revisions to contract statements of work. The continued growth 
in requirements has resulted in an increase in both contractor costs 
and administrative workload on both contractor and agency procurement 
personnel. For example, the Army Corps of Engineers' contract to 
restore Iraq's oil infrastructure had individual task orders placed in 
March and May 2003 that were supposed to be definitized within 180 
days.[Footnote 24] Similarly, the Army Field Support Command has four 
task orders that have to be definitized. For example, the Army Field 
Support Command's task order to support the CPA was originally issued 
in March 2003, at an estimated cost of $858,503. As of September 30, 
the Army had obligated $204.1 million, and the statement of work had 
been modified a total of nine times. With each change, the contractor 
had to revise its cost and technical proposals, which also increased 
the workload for agency procurement personnel. The Army Field Support 
Command's revised schedule now calls for definitizing the task orders 
between June 2004 and October 2004.

Some of the delays reflect concerns over the adequacy of the 
contractors' proposals. For example, on the task order awarded to 
restore Iraq's electrical infrastructure, DCAA found a significant 
amount of proposed costs for which the contractor had not provided 
adequate support. Consequently, DCAA believed that the proposal was 
inadequate for the purposes of negotiating a fair and reasonable price. 
As of March 2004, negotiations between the contractor and the Army 
Corps of Engineers were still ongoing. To reduce risks, the Army Corps 
of Engineers has proposed paying the contractor only 85 percent of 
incurred costs until the contractor has adequately fulfilled its 
contract closeout responsibilities and acceptable business systems were 
in place.

The lack of timely contract definitization potentially can have a 
significant impact on total contract costs and related risks. 
Specifically, the major reconstruction efforts have used cost-
reimbursement type contracts under which the government has agreed, 
subject to cost ceilings, to reimburse the contractor for all 
reasonable and allowable costs incurred in performing the work. In two 
of the largest contract actions--the contract to repair and maintain 
Iraq's oil infrastructure and the task order to support the CPA 
operations--the agencies have included an award fee provision under 
which the contractor can earn additional profit for meeting set targets 
in specified areas, such as cost control. As long as work continues to 
be performed under an undefinitized contract, however, the award fee 
incentive is likely to be 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.[Footnote 25] Given the high 
cost involved, particularly for the Iraq oil mission (over $2.5 
billion), any reduction in cost control incentives potentially involves 
a significant contract cost risk.

Providing Adequate Staff to Oversee Contracts:

The lack of adequate staffing presented challenges to several agencies 
involved in reconstruction efforts and, at times, resulted in 
inadequate oversight of the contractors' activities. While agencies 
have taken actions, some of these early contract administration issues 
have yet to be fully resolved.

When the CPA's predecessor organization--Office of Reconstruction and 
Humanitarian Assistance---was established in mid-January 2003, it 
lacked an in-house contracting capability. It was not until February 
27, 2003, that the Defense Contract Management Agency (DCMA) was asked 
to provide contracting support, including providing acquisition 
planning assistance and awarding and administering contracts. DOD 
officials noted that this tasking was unusual for DCMA, as it is 
typically responsible for administering, rather than awarding, 
contracts.

According to DOD officials, they found that the Office of 
Reconstruction and Humanitarian Assistance did not have an official 
responsible for authorizing contract actions and supervising 
contracting officers and others performing procurement-related duties. 
Further, DOD had authorized positions for only two contracting 
officers, who had yet to arrive. In addition, DCMA officials reported 
that the lack of an organizational structure led to contractors 
providing draft statements of work and cost estimates to the 
contracting officers so that contracts could be awarded more quickly. 
Normally, it is the government's responsibility to provide statements 
of work and develop independent cost estimates.

We found that there were not always sufficient in-country personnel to 
administer the contracts or task orders when they were initially 
awarded or issued. For example, for the federal supply schedule order 
issued in March 2003 by DCC-W to establish an Iraqi media capability, 
contractor personnel purchased property that was not part of the task 
order, including purchases that may not have been necessary or 
appropriate. According to DOD officials, contractor personnel purchased 
about $7 million in equipment and services not authorized under the 
contract, including a H-2 Hummer and a pickup truck, and then chartered 
a flight to have them delivered to Iraq. According to DCMA officials, 
these actions were primarily due to inadequate government property 
management to control or monitor the contractor's purchases. DCMA 
officials decided in May 2003 that it was in the best interests of the 
government to modify the approved equipment list, and include the 
materials purchased by the contractor.

The lack of in-country procurement staff proved problematic in another 
task order issued by the DCC-W to help recruit and support subject 
matter experts to assist the CPA and Iraqi ministries.[Footnote 26] 
According to DCC-W and DCMA officials, there was initially neither 
contractor staff nor government officials to monitor the subject matter 
experts once they arrived in Iraq. DCMA officials indicated that some 
experts failed to report to duty or perform their responsibilities as 
expected or were no longer performing work under the task order.

Staffing concerns affected other agencies as well. For example, USAID 
recognized early that its resources were insufficient to administer and 
oversee the contracts it expected to award. Consequently, USAID 
arranged for the Army Corps of Engineers to provide oversight on its 
$1.0 billion infrastructure contract, arranged to have DCAA audit 
contractors, and made plans to augment its mission in Iraq. As of 
January 2004, however, a senior USAID procurement official stated that 
its Iraq mission remained understaffed to provide adequate contract 
oversight in Iraq.[Footnote 27] USAID stated it has four full-time 
procurement staff that will be assigned to work in Iraq for 3 years. 
According to the senior official, this long-term commitment is 
essential to establishing the institutional knowledge needed to monitor 
and administer the contracts effectively. However, USAID indicated that 
given the workload, providing an appropriate degree of oversight would 
require at least seven additional personnel. Consequently, USAID found 
it necessary to augment the mission staff with personnel on temporary 
assignment from other USAID missions, who will serve between 1 and 3 
months.

Similarly, State Department officials noted that the Bureau of 
International Narcotics and Law Enforcement Affairs--the bureau 
responsible for monitoring State's law enforcement support contract--is 
understaffed. For example, the department official responsible for 
contract oversight had multiple, time-consuming roles. This official 
currently serves as both the program manager and the contracting 
officer's representative for the law enforcement support contract. As 
such, the official approves the contractor's monthly vouchers along 
with carrying out other detailed procurement tasks. The same official 
also had responsibilities for the department's efforts to recompete a 
$1.3 billion effort to provide worldwide law enforcement support and 
for law enforcement support efforts in Liberia and Haiti. To address 
the workload issue, the bureau has assigned two additional staff to 
assist in overseeing contract activities in Iraq and is exploring 
options for reorganizing the bureau to use resources more efficiently.

Providing adequate oversight on reconstruction efforts is challenging 
given the uncertain security environment and harsh working conditions. 
During site visits to Iraq in October 2003, we observed the 
considerable degree to which these factors were affecting 
reconstruction efforts. For example, travel outside secure compounds 
occurred only in convoys of armored vehicles with armed security 
forces. Flak jackets and helmets were required to be worn or, at a 
minimum, carried. Communications were generally difficult and 
unreliable. In addition, the living and working environment afforded 
individuals little privacy or time to rest. We observed that personnel 
generally worked 12 to 15 hour days and often shared cramped living and 
working quarters. In Al Hillah, for example, five USAID personnel 
shared two small offices with their security team.

Revised Approach Planned for Fiscal Year 2004 Reconstruction Efforts:

To better coordinate and manage the $18.4 billion in reconstruction 
funding provided for fiscal year 2004, the CPA established a program 
management office that is responsible for infrastructure-related 
programs. The office, which includes representatives from USAID and the 
Army Corps of Engineers, is responsible for coordinating the efforts of 
the CPA, the Iraqi ministries, and other coalition partners.

The office's acquisition strategy reflects a plan to award:

* program management support contract to support the program management 
office and to oversee reconstruction efforts of specific sectors--
electricity, oil, public works and water, security and justice, 
transportation and communications, and buildings and health;

* six program management contracts to coordinate reconstruction efforts 
specific to each sector; and:

* 15 to 20 design-build contracts to execute specific tasks.

In March 2004, various DOD components, on behalf of the CPA, awarded 17 
contracts--the program management support contract, the 6 sector-
specific program management and the 10 design-build contracts. These 
contracts were awarded pursuant to a DOD decision to limit competition 
to firms from the United States, Iraq, coalition partners, and force 
contributing nations.[Footnote 28]

In addition to these contracts, other agencies will continue to award 
and manage contracts for areas within their assigned area of 
responsibility. For example, in January 2004, USAID competitively 
awarded a $1.8 billion contract to enable further reconstruction 
efforts, while the Army Corps of Engineers competitively awarded two 
contracts with a combined value of $2.0 billion to further repair and 
rehabilitate Iraq's oil infrastructure. USAID announced its intent to 
solicit bids on at least seven new contracts. One of these contracts is 
intended to provide USAID with an enhanced capability to carry out data 
collection, performance monitoring, and evaluation of USAID's ongoing 
work in Iraq.

Conclusions:

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. 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 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. 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. In some cases, 
such as the task order for the Iraqi media capability, the work has 
been completed so there is no practical remedy available. In several 
other cases, however, the opportunity exists to bring task orders into 
compliance with requirements, as well as to ensure that future task 
orders are issued properly.

Providing effective contract administration and oversight remains 
challenging, in part due to the continued expansion of reconstruction 
efforts, the staffing constraints, and the need to operate in an 
unsecure and threatening environment. Indeed, the magnitude of work 
that remains undefinitized is symptomatic of changing requirements and 
the lack of sufficient agency and contractor resources. Nevertheless, 
timely definitization of outstanding contracts and task orders is 
needed to promote effective cost control. More broadly, these 
challenges suggest the need to assess the lessons learned from the 
contract award and administration processes in Iraq to identify ways to 
improve similar activities in the future.

It is too early to gauge whether the CPA approach to improving its 
ability to monitor and coordinate reconstruction efforts through the 
use of a new program management office and the planned award of various 
types of construction and management support contracts will be 
effective. However, recent congressional action requiring the CPA 
Administrator and heads of federal agencies to report on contracts 
awarded using other than full and open competition will provide more 
transparency and accountability in the award of new Iraq reconstruction 
contracts.

Recommendations for Executive Action:

To ensure that task orders issued to rebuild Iraq comply with 
applicable requirements, and to maximize incentives for the contractors 
to ensure effective cost control, we recommend that the Secretary of 
the Army take the following four actions:

* Review the out-of-scope task orders for Iraqi media and subject 
matter experts issued by the Defense Contracting Command-Washington and 
take any necessary remedial actions.

* Ensure that any future task orders under the LOGCAP contract for Iraq 
reconstruction activities are within the scope of that contract.

* Address and resolve all outstanding issues in connection with the 
pending Justifications and Approvals for the contracts and related task 
orders used by the Army Corps of Engineers to restore Iraq's 
electricity infrastructure.

* Direct the Commanding General, Army Field Support Command, and the 
Commanding General and Chief of Engineers, U.S. Army Corps of 
Engineers, to definitize outstanding contracts and task orders as soon 
as possible.

To improve the delivery of acquisition support in future operations, we 
recommend that the Secretary of Defense, in consultation with the 
Administrator, U.S. Agency for International Development, 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.

Agency Comments and Our Evaluation:

DOD and the Department of State provided written comments on a draft of 
this report. Their comments are discussed below and are reprinted in 
appendixes III and IV. USAID concurred with the draft report as 
written. USAID's response is reprinted in appendix V. GSA also provided 
comments regarding its efforts to ensure that agencies properly use the 
federal supply schedule program. GSA's comments are reprinted in 
appendix VI.

DOD generally concurred with our recommendations. DOD noted that it is 
in the process of taking appropriate remedial actions on the task 
orders issued by the Defense Contracting Command-Washington, and is 
resolving outstanding issues related to the task orders issued by the 
Army Corps of Engineers to restore Iraq's electrical infrastructure. As 
part of its efforts to definitize contracts, DOD noted that the Army 
Field Support Command has, among other things, established firm dates 
for the submission of contractor proposals and to complete 
negotiations. DOD also noted that progress on these efforts is being 
reviewed by senior Command officials on at least a weekly basis. DOD 
did not indicate, however, what steps the Army Corps of Engineers is 
taking to definitize the actions for which they are responsible. As we 
noted in the report, the Army Corps of Engineers had two undefinitized 
contracts on which they had obligated more than $1.5 billion as of 
March 2004. Lastly, DOD reported that efforts are already underway to 
conduct a study to evaluate the lessons learned in Iraq and develop a 
strategy for assuring that adequate staff and other resources can be 
made available.

DOD partially concurred with our recommendation to ensure that future 
task orders issued on the LOGCAP contract are within the scope of that 
contract. DOD noted that the LOGCAP contracting officer reviews each 
proposed scope of work and determines whether the action is within the 
scope of the contract, and obtains legal advice as needed. DOD also 
noted that the recommendation appeared to be based on only one action, 
namely the task order for contingency planning for the Iraq oil 
infrastructure mission. We also expressed concern, however, about 
whether the task orders to provide logistical support for the CPA and 
to the New Iraqi Army training program were within the scope of the 
underlying LOGCAP contract. Consequently, the steps taken by the 
contracting officer--while necessary and appropriate--may not be 
sufficient to ensure that work outside the scope of the LOGCAP contract 
is either competed or properly justified.

DOD provided two comments on our findings. First, DOD took exception to 
our observations on the manner by which the Deputy Secretary limited 
competition for contracts awarded in fiscal year 2004 to firms from the 
United States, Iraq, coalition partners and force contributing nations. 
DOD noted that the Deputy Secretary has broad authority from the 
Secretary to act on his behalf, which we do not dispute. We note, 
however, that the plain language of the law provides that authority to 
approve public interest exceptions may not be delegated.[Footnote 29] 
While the Deputy Secretary may have broad authority to act on the 
Secretary's behalf, he was not authorized to do so in this case. 
Second, regarding our conclusion that the LOGCAP contingency planning 
order was not within the scope of the contract, DOD commented that our 
conclusion should be couched in terms of opinion. While legal analysis 
by its nature reflects opinion, we remain convinced of our conclusion 
and emphasize the need for more analytical rigor in the review of 
LOGCAP task orders.

The Department of State disagreed with our assessment that the 
authority it cited to limit competition may not be a recognized 
exception to competition requirements. The department believed that the 
authority it cited--section 481 of the Foreign Assistance Act of 1961, 
as amended--was used appropriately. The specific section of the Act 
cited by the department--section 481(a)(4)--speaks to the authority of 
the President to furnish assistance to a country or international 
organization, but does not provide relief from statutory competition 
requirements. In its comments and in earlier discussions, State did not 
provide us with a persuasive basis to conclude that the authority is a 
recognized exception to the competition requirements. However, we did 
not need to resolve the issue because State appears to have maximized 
competition under the circumstances, and we believe State could have 
used other recognized exceptions, such as 40 U.S.C. §113(e), to meets 
its requirements. This authority permits the waiver of competitive 
contracting procedures when use of those procedures would impair 
foreign aid programs.

GSA recognized that it has a responsibility to ensure that agency 
personnel are adequately trained in the proper use of the federal 
supply schedule program. GSA noted that it has been working with DOD 
and other federal agencies to ensure that their contracting officers 
are fully trained on the proper use of the program and identified some 
of its ongoing and planned efforts toward this objective.

We are sending copies of this report to the Director, Office of 
Management and Budget; the Secretaries of Defense and State; the 
Administrator, U.S. Agency for International Development; the 
Commanding General and Chief of Engineers, U.S. Army Corps of 
Engineers; the Director, Defense Contract Management Agency; and the 
Director, Defense Contract Audit Agency. We will make copies available 
to others on request. In addition, this report will be available at no 
charge on GAO's Web site at http://www.gao.gov.

The major contributors to this report are listed in appendix VII. If 
you have any questions about this report, please contact me on (202) 
512-4841 or Timothy DiNapoli on (202) 512-3665.

Signed by: 

William T. Woods: 
Director, Acquisition and Sourcing Management:

List of Committees:

The Honorable Susan M. Collins: 
Chairman: 
The Honorable Joseph I. Lieberman: 
Ranking Minority Member: 
Committee on Governmental Affairs:  
United States Senate:
 
The Honorable Tom Davis: 
Chairman: 
The Honorable Henry A. Waxman: 
Ranking Minority Member: 
Committee on Government Reform: 
House of Representatives:

 
The Honorable John W. Warner: 
Chairman: 
The Honorable Carl Levin: 
Ranking Minority Member: 
Committee on Armed Services: 
United States Senate: 

The Honorable Duncan Hunter: 
Chairman: 
The Honorable Ike Skelton: 
Ranking Minority Member: 
Committee on Armed Services: 
House of Representatives:

The Honorable Ted Stevens: 
Chairman: 
The Honorable Robert C. Byrd: 
Ranking Minority Member: 
Committee on Appropriations: 
United States Senate:

The Honorable C. W. Bill Young: 
Chairman: 
The Honorable David R. Obey: 
Ranking Minority Member: 
Committee on Appropriations: 
House of Representatives:

The Honorable Richard G. Lugar: 
Chairman: 
The Honorable Joseph R. Biden: 
Ranking Minority Member: 
Committee on Foreign Relations: 
United States Senate: 

The Honorable Henry J. Hyde: 
Chairman: 
The Honorable Tom Lantos: 
Ranking Minority Member: 
Committee on International Relations: 
House of Representatives: 

[End of section]

Appendix I: List of Organizations Contacted:

During the course of the review, we contacted the following 
organizations:

* Office of Management and Budget, Washington, D.C;

* Office of Reconstruction and Humanitarian Assistance, Washington, 
D.C;

* Coalition Provisional Authority, Washington, D.C., and Baghdad, Iraq;

* Department of Defense, the Comptroller, Pentagon, Washington, D.C.

* Department of the Army, Pentagon, Washington, D.C;

* Washington Headquarters Services, Pentagon, Washington, D.C;

* Defense Contracting Command-Washington, Pentagon, Washington, D.C;

* Southern Region Contracting Center, Army Contracting Agency, Fort 
McPherson, Georgia;

* Northern Region Contracting Center, Army Contracting Agency, Fort 
Eustis, Virginia;

* Army Field Support Command, Rock Island, Illinois;

* Headquarters, U.S. Army Corps of Engineers, Washington, D.C; U.S. 
Army Engineer Division, Southwestern, Dallas, Texas; U.S. Army Engineer 
District, Fort Worth, Fort Worth, Texas; Engineering and Support 
Center, Huntsville, Alabama; Transatlantic Program Center, Winchester, 
Virginia; U.S. Army Engineer District, Philadelphia, Philadelphia, 
Pennsylvania; and Vicksburg Consolidated Contracting Office, 
Alexandria, Virginia;

* Defense Information Systems Agency, Arlington, Virginia, and Scott 
Air Force Base, Illinois;

* Department of Defense, Inspector General, Arlington, Virginia;

* Defense Contract Management Agency, Alexandria, Virginia;

* Defense Contract Audit Agency, Fort Belvoir, Virginia;

* U.S. Agency for International Development, Washington, D.C;

* U.S. Department of State, Washington, D.C; and:

* U.S. Department of Justice, Washington, D.C.

[End of section]

Appendix II: Iraq Reconstruction Contracts/Task Orders and Obligations 
as of September 30, 2003:

Contracting agency/Contractor: Department of Defense: 
Department of the Army: U.S. Army Corps of Engineers/
Brown & Root Services, a division of Kellogg Brown & Root, Inc; 
Purpose: Restore Iraqi oil; 
Procurement method: New contract; 
Amount obligated: $1,390,095,044.

Contracting agency/Contractor: Department of Defense: 
Department of the Army: U.S. Army Corps of Engineers/
Washington International Inc; 
Purpose: Restore Iraqi electricity; 
Procurement method: Task order; 
Amount obligated: $110,960,000.

Contracting agency/Contractor: Department of Defense: 
Department of the Army: U.S. Army Corps of Engineers/
Fluor Intercontinental, Inc; 
Purpose: Restore Iraqi electricity; 
Procurement method: Task order; 
Amount obligated: $102,460,000.

Contracting agency/Contractor: Department of Defense: 
Department of the Army: U.S. Army Corps of Engineers/
Perini Corporation; 
Purpose: Restore Iraqi electricity; 
Procurement method: Task order; 
Amount obligated: $66,589,900.

Contracting agency/Contractor: Department of Defense: 
Department of the Army: U.S. Army Corps of Engineers/
Raytheon Systems Development Company; 
Purpose: Interim Transitional Civil Administration Headquarters; 
Procurement method: New contract; 
Amount obligated: $19,679,939.

Contracting agency/Contractor: Department of Defense: 
Department of the Army: U.S. Army Corps of Engineers/
IAP Worldwide Services; 
Purpose: Restore Iraqi electricity-25 diesel generators; 
Procurement method: Task order; 
Amount obligated: $11,875,000.

Contracting agency/Contractor: Department of Defense: 
Department of the Army: U.S. Army Corps of Engineers/
USA Environmental; 
Purpose: Explosive ordnance removal services; 
Procurement method: Task order; 
Amount obligated: $6,800,000.

Contracting agency/Contractor: Department of Defense: 
Department of the Army: U.S. Army Corps of Engineers/
Michael Baker Jr., Inc; 
Purpose: Coalitional Provisional Authority (CPA) program management 
support; 
Procurement method: Task order; 
Amount obligated: $4,416,209.

Contracting agency/Contractor: Department of Defense: 
Department of the Army: U.S. Army Corps of Engineers/
Stanley Consultants, Inc; 
Purpose: CPA program management support; 
Procurement method: Task order; 
Amount obligated: $4,414,150.

Contracting agency/Contractor: Department of Defense: 
Department of the Army: U.S. Army Corps of Engineers/
IAP Worldwide Services; 
Purpose: Emergency generator lease for oil refinery; 
Procurement method: Contract modification; 
Amount obligated: $3,500,000.

Contracting agency/Contractor: Department of Defense: 
Department of the Army: U.S. Army Corps of Engineers/
EOD Technology, Inc; 
Purpose: Explosive ordnance removal services; 
Procurement method: Task order; 
Amount obligated: $2,308,439.

Total, U.S. Army Corps of Engineers; 
Amount obligated: $1,723,098,681.

Contracting agency/Contractor: Department of Defense: 
Department of the Army: Army Field Support Command/
Brown & Root Services, a division of Kellogg Brown & Root, Inc; 
Purpose: Logistic support for the CPA; 
Procurement method: Task order; 
Amount obligated: $204,130,305.

Contracting agency/Contractor: Department of Defense: 
Department of the Army: Army Field Support Command/
Brown & Root Services, a division of Kellogg Brown & Root, Inc; 
Purpose: Prepositioning fire-fighting equipment; 
Procurement method: New contract; 
Amount obligated: $37,500,000.

Contracting agency/Contractor: Department of Defense: 
Department of the Army: Army Field Support Command/
Brown & Root Services, a division of Kellogg Brown & Root, Inc; 
Purpose: New Iraqi Army logistical training support; 
Procurement method: Task order; 
Amount obligated: $30,000,000.

Contracting agency/Contractor: Department of Defense: 
Department of the Army: Army Field Support Command/
Brown & Root Services, a division of Kellogg Brown & Root, Inc; 
Purpose: Contingency planning; 
Procurement method: Task order; 
Amount obligated: $1,883,681.

Total, Army Field Support Command; 
Amount obligated: $273,513,986.

Contracting agency/Contractor: Department of Defense: 
Department of the Army: Army Contracting Agency/
Vinnell Corporation; 
Purpose: New Iraqi Army training; 
Procurement method: New Contract; 
Amount obligated: $48,074,442.

Contracting agency/Contractor: Department of Defense: 
Department of the Army: Army Contracting Agency/
Blackwater Security Consulting LLC; 
Purpose: Support services for protective security detail; 
Procurement method: General Services Administration (GSA) supply 
schedule; 
Amount obligated: $10,994,423.

Total, Army Contracting Agency; 
Amount obligated: $59,068,865.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
Science Applications International Corporation; 
Purpose: Iraqi Free Media Program; 
Procurement method: GSA supply schedule; 
Amount obligated: $82,350,557.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
Science Applications International Corporation; 
Purpose: Subject matter experts for the Iraqi Reconstruction and 
Development Council; 
Procurement method: GSA supply schedule; 
Amount obligated: $24,811,853.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
S&K Technologies, Inc; 
Purpose: Administrative support; 
Procurement method: New contract; 
Amount obligated: $8,259,385.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
MZM, Inc; 
Purpose: Interpreter/
 linguists support services; 
Procurement method: GSA supply schedule; 
Amount obligated: $3,640,896.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
Military Professional Resources Inc; 
Purpose: Linguists; 
Procurement method: GSA supply schedule; 
Amount obligated: $1,901,962.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
Chugach McKinley Inc; 
Purpose: Professional skills and competencies support requirements 
program; 
Procurement method: New contract; 
Amount obligated: $1,210,846.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
Dataline, Inc; 
Purpose: Secure mobile communication and information collaboration 
capability; 
Procurement method: GSA supply schedule; 
Amount obligated: $1,028,852.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
Red River Computer Company; 
Purpose: Computer equipment and accessories; 
Procurement method: GSA supply schedule; 
Amount obligated: $972,593.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
Military Professional Resources Inc; 
Purpose: Technical support to the Iraqi Army Reconstruction Support 
Program; 
Procurement method: GSA supply schedule; 
Amount obligated: $706,833.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
Dell Marketing, L.P; 
Purpose: Computer hardware and software; 
Procurement method: GSA supply schedule; 
Amount obligated: $513,679.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
Science Applications International Corporation; 
Purpose: Subject matter expert for Energy Group; 
Procurement method: GSA supply schedule; 
Amount obligated: $477,284.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
RONCO Consulting Corporation; 
Purpose: Disarmament, Demobilization and Reintegration Program; 
Procurement method: Purchase order; 
Amount obligated: $419,793.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
Force 3; 
Purpose: Computer equipment and accessories; 
Procurement method: GSA supply schedule; 
Amount obligated: $274,652.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
UNISYS Corporation; 
Purpose: Infrastructure study--country plan development; 
Procurement method: GSA supply schedule; 
Amount obligated: $255,000.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
Science Applications International Corporation; 
Purpose: Subject matter experts for Democratization and Governance; 
Procurement method: GSA supply schedule; 
Amount obligated: $235,231.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
Science Applications International Corporation; 
Purpose: Subject matter expert for military ministry coordinator; 
Procurement method: GSA supply schedule; 
Amount obligated: $201,011.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
Native American Industrial Distributors; 
Purpose: Protocol officer and materials; 
Procurement method: Purchase order; 
Amount obligated: $195,017.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
International Global Systems, Inc; 
Purpose: Computer hardware and software; 
Procurement method: GSA supply schedule; 
Amount obligated: $157,383.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
Science Applications International Corporation; 
Purpose: Subject matter expert for the civil administration advisor; 
Procurement method: GSA supply schedule; 
Amount obligated: $87,461.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
Giesecke & Devrient America, Inc; 
Purpose: Lease of currency authentication systems; 
Procurement method: Purchase order; 
Amount obligated: $66,200.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
Science Applications International Corporation; 
Purpose: Subject matter expert for United Nations liaison and 
coordination; 
Procurement method: GSA supply schedule; 
Amount obligated: $64,028.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
Science Applications International Corporation; 
Purpose: Senior executive assistant to Oil Advisory Board; 
Procurement method: GSA supply schedule; 
Amount obligated: $55,174.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
Intelligent Enterprise Solutions; 
Purpose: Computer hardware and software; 
Procurement method: GSA supply schedule; 
Amount obligated: $19,835.

Contracting agency/Contractor: Department of Defense: 
Defense Contracting Command- Washington/
JSI Inc; 
Purpose: Desktop administration tool; 
Procurement method: Purchase order; 
Amount obligated: $3,376.

Total, Defense Contracting Command- Washington; 
Amount obligated: $127,908,901.

Total, Department of the Army; 
Amount obligated: $2,183,590,433.

Contracting agency/Contractor: Department of Defense: 
Department of the Air Force/
Readiness Mgt. Support LC; 
Purpose: Iraq logistical support; 
Procurement method: Task order; 
Amount obligated: $91,500,000.

Total, Department of the Air Force; 
Amount obligated: $91,500,000.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Defense Contract 
Management Agency/

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Defense Contract 
Management Agency/Global Risk Strategies, Ltd; 
Purpose: Personal and Facility Security Program; 
Procurement method: New contract; 
Amount obligated: $7,112,813.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Defense Contract 
Management Agency/Global Risk Strategies, Ltd; 
Purpose: Personal and Facility Security Program; 
Procurement method: New contract; 
Amount obligated: $3,537,449.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Defense Contract 
Management Agency/Global Risk Strategies, Ltd; 
Purpose: Personal and Facility Security Program; 
Procurement method: New contract; 
Amount obligated: $2,413,205.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Defense Contract 
Management Agency/Global Risk Strategies, Ltd; 
Purpose: Security mobilization and start up; 
Procurement method: New contract; 
Amount obligated: $1,633,032.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Defense Contract 
Management Agency/Motorola, Inc; 
Purpose: Mobile digital radios, equipment and accessories; 
Procurement method: GSA supply schedule; 
Amount obligated: $1,281,701.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Defense Contract 
Management Agency/Meteoric Tactical Solutions, (PTY) Ltd; 
Purpose: Security advisors and planners; 
Procurement method: New contract; 
Amount obligated: $599,383.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Defense Contract 
Management Agency/Blackwater Lodge and Training Center, Inc; 
Purpose: Private security details; 
Procurement method: New contract; 
Amount obligated: $300,000.

Total, Defense Contract Management Agency; 
Amount obligated: $16,877,583.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Defense Information Systems 
Agency/
Science Applications International Corporation; 
Purpose: CPA integrated communication and information technology 
support systems; 
Procurement method: Task order; 
Amount obligated: $22,081,803.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Defense Contract 
Management Agency/SETA Corporation; 
Purpose: CPA internal communications and management support; 
Procurement method: Task order; 
Amount obligated: $3,165,765.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Defense Contract 
Management Agency/Artel; 
Purpose: Telecommunications and LAN support for Iraqi Forum building; 
Procurement method: New contract; 
Amount obligated: $1,254,902.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Defense Contract 
Management Agency/AOS, Inc; 
Purpose: Satellite phone channel; 
Procurement method: Delivery order; 
Amount obligated: $866,988.

Total, Defense Information Systems Agency; 
Amount obligated: $27,369,458.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Cellhire USA; 
Purpose: Airtime for satellite telephones; 
Procurement method: GSA supply schedule; 
Amount obligated: $960,000.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Cellhire USA; 
Purpose: 20 satellite telephones and accessories; 
Procurement method: GSA supply schedule; 
Amount obligated: $260,480.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Cellhire USA; 
Purpose: 15 satellite telephones and airtime; 
Procurement method: GSA supply schedule; 
Amount obligated: $85,545.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Cellhire USA; 
Purpose: 80 satellite phones; 
Procurement method: GSA supply schedule; 
Amount obligated: $71,920.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/LandSea Systems, Inc; 
Purpose: 6 portable telephone systems and accessories; 
Procurement method: GSA supply schedule; 
Amount obligated: $47,750.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Comfort Inn; 
Purpose: Hotel lodging/
 meals; 
Procurement method: Purchase order; 
Amount obligated: $47,324.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Cellhire USA; 
Purpose: 4 satellite telephones, accessories, and airtime; 
Procurement method: GSA supply schedule; 
Amount obligated: $46,040.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Cartridge Discounters; 
Purpose: 1 copier and supplies; 
Procurement method: GSA supply schedule; 
Amount obligated: $40,492.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Cellhire USA; 
Purpose: 17 satellite telephones and airtime; 
Procurement method: GSA supply schedule; 
Amount obligated: $35,683.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Outfitter Satellite, Inc; 
Purpose: 13 satellite telephones and airtime; 
Procurement method: Purchase order; 
Amount obligated: $33,203.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Bald Industries; 
Purpose: 285 holsters, 250 compasses, and 6 rolling duffel bags; 
Procurement method: GSA supply schedule; 
Amount obligated: $21,884.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/The GPS Store, Inc; 
Purpose: 90 Global Positioning Systems; 
Procurement method: GSA supply schedule; 
Amount obligated: $19,761.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Atlas Case, Inc; 
Purpose: 25 cases; 
Procurement method: GSA supply schedule; 
Amount obligated: $17,243.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/CDW Government, Inc; 
Purpose: 8 digital projectors; 
Procurement method: GSA supply schedule; 
Amount obligated: $16,224.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Export Depot; 
Purpose: 165 voltage converters; 
Procurement method: Purchase order; 
Amount obligated: $14,473.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Bald Industries; 
Purpose: 200 mosquito netting; 
Procurement method: GSA supply schedule; 
Amount obligated: $13,850.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Bea Mauer, Inc; 
Purpose: 40 footlockers; 
Procurement method: GSA supply schedule; 
Amount obligated: $9,920.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/SPARCO; 
Purpose: 20 digital cameras; 
Procurement method: GSA supply schedule; 
Amount obligated: $9,215.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/CDW Government, Inc; 
Purpose: 75 2-way radios and accessories; 
Procurement method: GSA supply schedule; 
Amount obligated: $7,965.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/CDW Government, Inc; 
Purpose: 188 UPS power supply units; 
Procurement method: GSA supply schedule; 
Amount obligated: $7,332.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/The Electric Generator Store; 
Purpose: 3 generators; 
Procurement method: Purchase order; 
Amount obligated: $6,974.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Export Depot; 
Purpose: 112 transformers; 
Procurement method: Purchase order; 
Amount obligated: $6,709.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Cellhire USA; 
Purpose: Satellite telephone and accessories; 
Procurement method: GSA supply schedule; 
Amount obligated: $6,315.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Capital Shredder Corporation; 
Purpose: 3 shredders and accessories; 
Procurement method: GSA supply schedule; 
Amount obligated: $6,286.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Capital Shredder Corporation; 
Purpose: 3 shredders; 
Procurement method: GSA supply schedule; 
Amount obligated: $5,517.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Total Business; 
Purpose: 8 digital camcorders; 
Procurement method: GSA supply schedule; 
Amount obligated: $4,696.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Hardware Associates; 
Purpose: 14 2-way radios and accessories; 
Procurement method: GSA supply schedule; 
Amount obligated: $4,304.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Staples National Advantage; 
Purpose: 5 copiers with supplies; 
Procurement method: GSA supply schedule; 
Amount obligated: $4,194.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/EHI Company; 
Purpose: 6 flat screen TVs; 
Procurement method: GSA supply schedule; 
Amount obligated: $3,956.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/CDW Government, Inc; 
Purpose: 30 handheld 2-way radios; 
Procurement method: GSA supply schedule; 
Amount obligated: $3,653.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/The Complement, Inc; 
Purpose: 28 steel trunks; 
Procurement method: Purchase order; 
Amount obligated: $3,358.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/MEI Research Corporation; 
Purpose: 15 cases; 
Procurement method: Purchase order; 
Amount obligated: $3,276.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/WECSYS; 
Purpose: 20 folding tables and 30 chairs; 
Procurement method: GSA supply schedule; 
Amount obligated: $3,040.

Contracting agency/Contractor: Department of Defense: 
Other Defense agencies and components: Washington 
Headquarters Services/Smith Office Machines Corporation; 
Purpose: 3 copiers with supplies; 
Procurement method: Purchase order; 
Amount obligated: $2,961.

Total, Washington Headquarters Services; 
Amount obligated: $1,831,543.

Total, other Defense agencies and components; 
Amount obligated: $46,078,584.

Total, Department of Defense; 
Amount obligated: $2,321,169,017.

Contracting agency/Contractor: U.S. Agency for 
International Development/Bechtel National Inc; 
Purpose: Capital construction; 
Procurement method: New contract; 
Amount obligated: $1,029,833,259.

Contracting agency/Contractor: U.S. Agency for 
International Development/Research Triangle Institute; 
Purpose: Local governance; 
Procurement method: New contract; 
Amount obligated: $104,611,000.

Contracting agency/Contractor: U.S. Agency for 
International Development/BearingPoint, Inc; 
Purpose: Economic recovery, reform, and sustained growth; 
Procurement method: New contract; 
Amount obligated: $39,000,000.

Contracting agency/Contractor: U.S. Agency for 
International Development/Creative Associates International Inc; 
Purpose: Education; 
Procurement method: New contract; 
Amount obligated: $37,853,000.

Contracting agency/Contractor: U.S. Agency for 
International Development/Development Alternatives, Inc; 
Purpose: Transition initiative; 
Procurement method: New contract; 
Amount obligated: $35,523,857.

Contracting agency/Contractor: U.S. Agency for 
International Development/International Resources Group; 
Purpose: Personnel support; 
Procurement method: New contract; 
Amount obligated: $26,621,153.

Contracting agency/Contractor: U.S. Agency for 
International Development/Abt Associates Inc; 
Purpose: Public health; 
Procurement method: New contract; 
Amount obligated: $20,995,000.

Contracting agency/Contractor: U.S. Agency for 
International Development/Stevedoring Services of America, Inc; 
Purpose: Seaport administration; 
Procurement method: New contract; 
Amount obligated: $14,318,985.

Contracting agency/Contractor: U.S. Agency for 
International Development/SkyLink Air and Logistic Support USA) Inc; 
Purpose: Airport administration; 
Procurement method: New contract; 
Amount obligated: $17,500,000.

Contracting agency/Contractor: U.S. Agency for 
International Development/Management Systems International; 
Purpose: Monitoring and evaluation; 
Procurement method: Task order; 
Amount obligated: $5,500,000.

Contracting agency/Contractor: U.S. Agency for 
International Development/Development Alternatives, Inc; 
Purpose: Marshland initiative; 
Procurement method: Task order; 
Amount obligated: $4,000,000.

Total, U.S. Agency for International Development; 
Amount obligated: $1,335,756,254.

Contracting agency/Contractor: Department of State/
DynCorp International, LLC; 
Purpose: Law enforcement, judicial, and corrections support; 
Procurement method: New contract; 
Amount obligated: $19,640,359.

Total, Department of State; 
Amount obligated: $19,640,359.

Contracting agency/Contractor: Department of Justice/
Science Applications International Corporation; 
Purpose: Police training and support; 
Procurement method: Task order; 
Amount obligated: $1,700,000.

Total, Department of Justice; 
Amount obligated: $1,700,000.

Grand Total; 
Amount obligated: $3,678,265,630. 

Source: GAO's analysis of data provided by DOD, the CPA, USAID, and the 
Departments of State and Justice.

[End of table]

[End of section]

Appendix III: Comments from the Department of Defense:

Note: GAO comments supplementing those in the report text appear at the 
end of this appendix.

ACQUISITION, TECHNOLOGY ANO LOGISTICS:

OFFICE OF THE UNDER SECRETARY OF DEFENSE:

3000 DEFENSE 
PENTAGON 
WASHINGTON, DC 20301-3000:

Mr. William T. Woods:

Director, Acquisition and Sourcing Management: 
U.S. General Accounting Office:
441 G Street, N.W. 
Washington, DC 20548:

Dear Mr. Woods:

This is the Department of Defense (DoD) response to the GAO draft 
report, "REBUILDING IRAQ: Fiscal Year 2003 Contract Award Procedures 
and Management Challenges," dated April 22, 2004 (GAO Code 120248/GAO-
04-605).

One of the recurring themes is the issue of adequate resources to 
support contingency operation requirements. The Department has 
eliminated redundancies within its workforce and is staffed to support 
lean and efficient acquisition operations. As indicated in our response 
to recommendation 5, efforts are underway to conduct a study on DoD 
strategy for post-war operations and to incorporate into that strategy 
acquisition support. The Department is committed to providing the 
funding and resources to support contingency contracting requirements 
to ensure the highest caliber of support with the strictest adherence 
to acquisition regulations. Contingency operations do not obviate our 
obligation to safeguard the expenditure of appropriated funds in the 
most efficient and effective manner possible. Enclosed are DoD's 
comments regarding the recommendations on page 33 of your draft report. 
Additional general comments are also enclosed.

My point of contact for this report is Mr. Craig Curtis, 703 614-6719 
or craig.curtis@osd.mil. Thank you for the opportunity to review and 
comment on your draft report and recommendations.

Signed for: 

Diedre A. Lee, 
Director, Defense Procurement and Acquisition Policy:

Enclosures: As stated:

MAY 13, 2004:

GAO DRAFT REPORT - DATED APRIL 22, 2004 GAO CODE 120248/GAO-04-605:

"REBUILDING IRAQ: FISCAL YEAR 2003 CONTRACT AWARD PROCEDURES AND 
MANAGEMENT CHALLENGES":

DEPARTMENT OF DEFENSE COMMENTS TO THE RECOMMENDATIONS:

RECOMMENDATION 1: The GAO recommended that the Secretary of the Army 
review the out-of-scope task orders for Iraqi media and subject matter 
experts, issued by the Defense Contracting Command-Washington, and take 
the necessary remedial actions.

(p. 33/GAO Draft Report):

DOD RESPONSE: Concur. DCC-W is taking all the appropriate remedial 
actions that are available including documenting files, taking 
corrective actions, and revising the Justification & Approvals as 
appropriate. In addition DCC-W is including scope issues in the ongoing 
training that is being conducted with contracting staff.

RECOMMENDATION 2: The GAO recommended that the Secretary of the Army 
ensure that any future task orders under the Logistics Civil 
Augmentation Program (LOGCAP) contract for Iraq reconstruction 
activities are within the scope of that contract. (p. 33/GAO Draft 
Report):

DOD RESPONSE: Partially Concur. The Procuring Contracting Officer for 
the LOGCAP contract reviews each proposed Scope of Work which will 
result in a task order and makes a determination whether the action is 
within the scope of the contract. Appropriate legal advice is obtained 
as necessary. This finding appears to be based upon the review of one 
action under the LOGCAP contract, described by the GAO as follows:

"The Army Field Support Command issued a $1.9 million task order for 
contingency planning for the Iraq oil infrastructure mission under its 
LOGCAP contract with Kellogg Brown & Root. The task order was not 
within the scope of that contract. 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 (CENTCOM) planning for conducting military operations, DOD 
officials determined the contractor was uniquely positioned to develop 
the contingency support plan. DOD determined that planning for the 
missions was within the scope of the LOGCAP contract, but also 
determined that the actual execution of the Iraq oil mission, including 
pre-positioning of fire-fighting equipment and teams, was beyond its 
scope. We agree with the DOD conclusion that repairing and continuing 
the operations of the Iraqi oil infrastructure is not within the scope 
of the contract. But unlike DOD, we conclude that preparation of the 
contingency support plan for this mission was beyond the scope of the 
contract. We read the LOGCAP statement of work as contemplating 
planning efforts for missions designated for possible contractor 
execution under the contract. Consequently, the Army Field Support 
Command should have prepared a written justification to authorize the 
work without competition."

The within scope determination was made by the Procuring Contracting 
Officer on the advice of the DoD General Counsel's office. (Additional 
details on this issue are provided in the attached "General Comments.") 
It should also be noted that while the LOGCAP contract provides 
logistics support for the CPA, this contract has not been a vehicle for 
reconstruction efforts.

RECOMMENDATION 3: The GAO recommended that the Secretary of the Army 
address and resolve all outstanding issues in connection with the 
pending justifications and approvals for the contracts and related task 
orders used by the Army Corps of Engineers to restore tract's 
electricity infrastructure. (p. 33/GAO Draft Report):

DOD RESPONSE: Concur. Transatlantic Center, U.S. Army Corps of 
Engineers, answered all Department of Army questions regarding the 
pending justification and approvals. The justification and approvals 
are within the Assistant Secretary of the Army for Acquisition, 
Logistics, and Technology for signature:

RECOMMENDATION 4: The GAO recommended that the Secretary of Army direct 
the Commanding General, Army Field Support Command and the Commanding 
General and Chief of Engineers, U.S. Army Corps of Engineers, to 
definitize outstanding contracts and task orders as soon as possible. 
(P. 33/GAO Draft Report):

DOD RESPONSE: Concur. The Commanding General of the Army Field Support 
Command has already initiated a process to definitize outstanding task 
orders under the LOGCAP contract in a timely manner. The Procuring 
Contracting Officer established firm dates forth":

submission:

of qualifying proposals from the contractor. The Army Field Support 
Command agreed upon expedited milestones for the preparation of audits 
by the Defense Contract Audit Agency. Firm milestones for the 
completion of negotiations have also been established. At this time, 
the contractor has submitted timely proposals for 21 task orders and 3 
of these defiinitizations are complete. Progress on definitizations is 
reviewed by the Commanding General on a bi-weekly basis and by the 
Deputy Commander on a weekly basis. It should be noted that two of 
these task orders provide logistics support to the CPA and one provides 
logistics support to the New Iraqi Army. None of these orders are for 
reconstruction efforts in Iraq.

RECOMMENDATION 5: The GAO recommended that the Secretary of Defense, in 
consultation with the Administrator, U.S. Agency for International 
Development, 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. (p. 33/GAO Draft 
Report):

DOD RESPONSE: Concur. In response to DoD Inspector General report 
D2003CF-015299-217, "Contracts Awarded for the Coalition Provisional 
Authority by the Defense Contracting Command - Washington", and that 
report's first recommendation, efforts are already underway to conduct 
a study of the existing DoD strategy for post-war operations and to 
incorporate very early into the strategy, a provision for acquisition 
support. This planned strategy, or study, will first examine ongoing 
and completed post war reviews that capture broader best practices and 
lessons learned and that will provide a suitable forum to examine your 
acquisition/procurement recommendation.

GAO DRAFT REPORT - DATED APRIL 22, 2004 GAO CODE 120248/GAO-04-605:

"REBUILDING IRAQ: FISCAL YEAR 2003 CONTRACT AWARD PROCEDURES AND 
MANAGEMENT CHALLENGES":

GENERAL COMMENTS:

Page 31. First paragraph. Footnote 28.

In regard to the footnote, the determination was not made on a class 
basis. The document contained a common justification for 26 
specifically identified "particular procurements." In addition, the 
Secretary and the Deputy Secretary coordinate closely on many issues 
and the Deputy Secretary has broad authority from the Secretary to act 
on his behalf and to act in his absence. Absent some indication 
otherwise, the report should not imply that the Secretary did not agree 
with the determination.

Starting Page 15. In the draft report, the GAO raises the question of 
whether contingency support planning for restoring Iraqi oil 
infrastructure was within or outside the scope of the existing LOGCAP 
contract. The GAO characterizes contingency support planning for 
restoring Iraqi oil infrastructure as being outside the scope of the 
existing LOGCAP contract. This is sometimes but not always accurately 
described as being GAO's opinion rather than a matter of fact - a 
distinction the GAO recognizes as significant. (See the first complete 
paragraph on page 17, which explains that determining whether work is 
within the scope of an existing task order contract is primarily an 
issue of contract interpretation and judgment.) The report should be 
changed in the following ways to accurately and fairly describe the 
situation:

* The key question which must be answered is whether the agency complied 
with requirements for issuing task orders on existing contracts. The 
answer in this case is yes, the agency complied with requirements. The 
GAO report should include the following facts:

* DoD obtained a written legal opinion, prior to issuance of the task 
order, that concluded the requirement for the contingency plan was 
within the scope of work of the LOGCAP contract. This legal opinion 
described the plan as "exactly the sort of planning that the CINCs must 
engage in to determine logistics support necessary to accomplish their 
missions, and such plans are within the scope of paragraph 2.4.1 of the 
LOGCAP SOW." The opinion also notes that the scope of work of the 
LOGCAP contract explicitly contemplates use of LOGCAP, including its 
planning function, in operations that by definition are non-combat. 

* The DoD legal opinion, concurred by Army General Counsel's office, 
noted that possible execution of the plan would not be within the scope 
of the LOGCAP contract and, if execution effort was required, any sole 
source contracting would have to be justified [in accordance with FAR 
Part 6]. This legal advice was followed. As the GAO draft report 
acknowledges, all execution effort was properly justified (the $37.5 
million pre-positioning effort (see Table 5 entry at the top of page 
16) and the Corps of Engineers contract for repair and operations of 
Iraq's oil infrastructure (see Table 5's first entry on page 15).

* If, after considering this documentation, the GAO continues to 
disagree with the conclusion reached by DoD, each statement of the GAO 
opinion in the report should be identified as the GAO's opinion and not 
presented as a statement of fact (e.g., first sentence in Table 6 
entry). The GAO opinion should follow, rather than precede, the 
description of actions taken by DoD, in compliance with applicable 
rules, to determine the work was within the scope of the LOGCAP 
contract.

* To address these comments, report content that requires change 
includes:

* Page 18, Table 6, last entry regarding contingency support planning 
for restoring Iraqi oil infrastructure.

* Page 21, second bullet.

* Page 22, first complete paragraph. 

The following are GAO's comments on the Department of Defense's letter 
dated May 13, 2004.

GAO Comments:

1. The Department of Defense (DOD) incorrectly noted that the 
recommendation was based on only one instance. In addition to the 
example cited by DOD, we also expressed concern about whether the task 
orders to provide logistical support for the Coalition Provisional 
Authority (CPA) and to the New Iraqi Army training program were within 
the scope of the underlying Logistics Civil Augmentation Program 
(LOGCAP) contract.

2. The actions being taken by the Army Field Support Command are 
positive steps to monitor progress in reaching agreement on the 
contracts' key terms and conditions. DOD did not indicate, however, 
what steps the Army Corps of Engineers was doing to definitize the 
actions for which the Corps is responsible. As noted in table 7, the 
Army Corps of Engineers had two undefinitized contracts on which had 
obligated more than $1.5 billion as of March 2004.

3. DOD asserts that the determination and finding was not made on a 
class basis because it included a common justification for 26 
specifically identified "particular procurements." The Federal 
Acquisition Regulation (FAR) provides for determination and findings 
for individual contract actions (FAR 1.702) and a class of contract 
actions (FAR 1.703). Because the determination and finding encompasses 
26 contract actions, we conclude that it is a class determination and 
finding. Specifically enumerating members of the class does not alter 
the fundamental fact that it is for more than one action. Class 
determination and findings are specifically prohibited by FAR 6.302-
7(c)(4). As to the question of authority to execute the determination 
and finding, we do not dispute that the Deputy Secretary has broad 
authority to act on behalf of the Secretary. We note, however, that the 
plain language of the law provides that authority to approve public 
interest exceptions may not be delegated[Footnote 30] and conclude that 
the Deputy Secretary did not have authority in this instance.

4. Legal analysis by its nature reflects opinion. In the opinion of 
GAO, the Army, and DOD, the actual restoration of Iraqi oil 
infrastructure was not within the scope of the LOGCAP contact. We also 
noted that the LOGCAP contract anticipates contingency planning for 
work that can be executed under the contract. In other words, 
contingency planning is within the scope of the contract, only if the 
actual work is also within the scope of the contract. In this instance, 
all parties agree that actual restoration of the oil infrastructure was 
not within the scope of the contract. Consequently, we conclude that 
planning the oil infrastructure restoration was also not within the 
scope of the contract.

We would encourage the contracting officer to continue to obtain legal 
assistance given the complexity of the LOGCAP contract, but we also 
believe that DOD needs to ensure analytical rigor in its review of task 
orders.

[End of section]

Appendix IV: Comments from the Department of State:

United States Department of State 
Assistant Secretary and Chief Financial Officer 
Washington, D.C. 20520:

Ms. Jacqueline Williams-Bridgers, 
Managing Director:
International Affairs and Trade, 
General Accounting Office 
441 G Street, N. W. 
Washington, D.C. 20548-0001:

MAY 7 2004:

Dear Ms. Williams-Bridgers:

We appreciate the opportunity to review your draft report, "REBUILDING 
IRAQ: Fiscal Year 2003 Contract Award Procedures and Management 
Challenges," GAO Job Code 120248.

The enclosed Department of State comments are provided for 
incorporation with this letter as an appendix to the final report.

If you have any questions concerning this response, please contact 
Timothy Henderson, Division Chief, Bureau of International, Narcotics 
and Law, at (202) 776-8718.

Sincerely, 

Signed by: 

Christopher B. Burnham: 

cc: GAO - Ridge Bowman 
INL - Robert Charles 
State/OIG - Mark Duda 
State/H - Paul Kelly:

Department of State Comments on GAO Draft Report REBUILDING IRAQ: 
Fiscal Year 2003 Contract Award Procedures and Management Challenges 
(GAO-04-605, GAO Job Code 120248):

Thank you for the opportunity to review and comment on your draft 
report "Rebuilding Iraq: Fiscal Year 2003 Contract Award and Management 
Challenges."

The report states in the opening paragraph that the authority cited by 
the Department of State to support the use of limited competitive 
procedures to award a contract for assistance in Iraq, section 
481(a)(4) of the Foreign Assistance Act of 1961, as amended (FAA), the 
so-called "notwithstanding" authority, "may not be a recognized 
exception to competition requirements." The report also states that 
State could have justified and approved its limited competition under 
"recognized exceptions" to the competition requirements.

The Department believes the FAA sec 481 authority cited was employed 
appropriately and nothing in the report supports the speculative 
conclusion that it "may not be a recognized exception." While the GAO 
might want to say they do not like the use of the "notwithstanding" 
authority because they think that prudentially, as a matter of policy, 
it should be used more narrowly, they should not express doubt as to 
its availability.

The Department disagrees with the GAO view noted on pages 5, 14 and 19 
of the report that other "recognized exceptions" were available to 
support the limited competitive solicitation. Before deciding to employ 
the section 481 authority, all Federal Acquisition Regulation (FAR) 
exceptions to the requirement for full and open competition were 
considered. The only exception that may have applied, FAR 6.302-2, 
provides for limiting competition when a requirement is of an "unusual 
and compelling urgency." While that authority was appropriate to 
support limited competition of the basic mission requirement, the full 
extent of the requirement could not be ascertained. The Department 
concluded that, in order to respond to probable exigent requirements as 
the mission unfolded, the contract needed to include an option 
provision that would allow the procurement of additional services with 
an absolute minimum of delay. Since the additional level of services 
was not known, the Department considered that the characterization of 
the circumstances as being of an "unusual and compelling urgency" would 
have been somewhat unusual in light of past practice and preferred not 
to rely on that exception although also legally available. This 
analysis was discussed with GAO personnel in the course of their 
fieldwork and they took no exception to it. 

[End of section]

Appendix V: Comments from the U. S. Agency for International 
Development:

USAID:

U.S. AGENCY FOR INTERNATIONAL DEVELOPMENT:

MAY 12 2004:

Mr. William T. Woods 
Director:
Acquisition and Sourcing Management 
U.S. General Accounting Office:
441 G Street, N.W. 
Washington, D.C. 20548:

Dear Mr. Woods:

I am pleased to provide the U.S. Agency for International Development's 
(USAID's) formal response on the draft GAO report entitled "Rebuilding 
Iraq: Fiscal Year 2003 Contract Award Procedures and Management 
Challenges" (GAO-04-605).

Upon review of the draft, we concur with the draft as written and 
therefore have no comment.

Thank you for the opportunity to respond to the GAO draft report and 
for the courtesies extended by you staff in the conduct of this review.

Signed by: 

John Marshall: 
Assistant Administrator: 
Bureau for Management: 

[End of section]

Appendix VI: Comments from the General Services Administration:

GSA:

GSA Office of Governmentwide Policy:

MAY 7 2004:

Mr. William T. Woods: 
Director:
Acquisition and Sourcing Management: 
U.S. General Accounting Office:
441 G Street, NW, Room 4440A: 
Washington, DC 20548:

Dear Mr. Woods:

The General Services Administration (GSA) welcomes the opportunity to 
provide comment on GAO Report GAO-04-605, Rebuilding Iraq, Fiscal Year 
2003, Contract Award Procedures and Management Challenges. GSA 
recognizes that we have a responsibility to ensure that ordering 
activities using GSA Schedules are adequately trained in the proper use 
of Schedules. We have been working with the Department of Defense 
(DOD), as well as other Federal agencies and are committed to expanding 
our work with DOD to ensure that all of its' contracting officers are 
fully trained on the proper use of GSA Schedules.

We have several ongoing and planned efforts in this vein. We have 
online and classroom training available that assists in strengthening 
the contracting personnel's knowledge of the GSA Schedules Program. It 
includes guidance on Section 803 as it pertains to orders over $100,000 
for services. We offer the course "Using GSA Schedules" online which is 
self-paced and available 2417 at no cost. The student can take the 
course from their workstation. This training is offered on the FSS 
Center for Acquisition Excellence Virtual Campus 
(fsstraining.gsa.gov). The Using GSA Schedules course is planned for 
update upon the issuance of FAR Case 1999-603, FSS Services and Blanket 
Purchase Agreements (BPAs) as a final rule in the Federal Acquisition 
Regulation (FAR). The Virtual Campus is currently focused on GSA 
Schedules training, but is being expanded to be more representative of 
the totality of training needs such as training on GWACS and the Global 
Supply Program.

We also conduct the Using GSA Schedules course onsite as classroom 
training, and have done so for some DOD facilities. We will be happy to 
schedule additional onsite training as needed.

GSA participates in numerous training events each year including 
National Contract Management Association seminars, the annual Federal 
Acquisition Conference, Contracting Defense Acquisition University 
(DAU) courses, etc. GSA also hosts numerous annual events such as EXPO, 
FOSE, and the International Outreach conference where we offer 
acquisition training on GSA Schedules. From May 11 - 13, 2004, we are 
offering free, certified training on our programs during our EXPO in 
Orlando, Florida. This is one of our major outreach efforts to our 
Federal customers using the GSA Schedules Program.

In 2003, we conducted the first self-assessment compliance survey for 
agency acquisition personnel on their use of GSA Schedules. We 
contracted with a firm to conduct the survey to determine whether 
agency acquisition personnel are aware of and complying with current 
FAR and agency-specific regulations in placing orders under GSA 
Schedules. It also assesses their working knowledge of GSA Schedule 
requirements such as Section 803, the use of blanket purchase 
agreements, performance-based statements of work, the maximum order 
threshold, price reductions, etc. We use this information to identify 
specific training needs; for example we have partnered with the Defense 
Acquisition University (DAU) to develop a tutorial with exercises on 
performance based contracting. This will enhance training for both 
agencies. We plan to conduct annual surveys to measure the 
effectiveness of our training and identify additional training needs.

As a follow-up to these surveys we are planning an "Insight" 
initiative, which will be a more in-depth review of how agency 
acquisition personnel are using GSA Schedules. This survey will not be 
self-assessment based. GSA will be actively engaged with agencies in 
reviewing their use of GSA Schedules. It is a new initiative, scheduled 
for launch this summer. The goal is to assess contracting personnel's 
understanding of acquisition requirements, to develop best practices, 
and enhance our customer training to further assist them in properly 
using GSA Schedules.

We are also developing a new working tool for contracting officers to 
assist them in placing orders under GSA Schedules. We have a published 
Owner's Manual that provides detailed information using GSA Schedules 
and walks customers through placing orders under a GSA Schedule 
contract. This new tool is designed to be a quick, handy reference and 
function as a checklist, or a mini-Owner's Manual, to guide acquisition 
personnel in policies and procedures to consider when placing orders 
under GSA Schedule contracts.

Further, our GSA Schedules website (www.gsa.gov/schedules) provides 
customers with detailed ordering information for products and services, 
including eligibility to use GSA sources, price reductions, how 
contractors may apply for a GSA Schedule contract, Small Business 
Administration goals, blanket purchase agreements (BPAs), open market 
items, and contractor team arrangements. The website contains 
information and links to our most prominent e-tools such as e-Buy, GSA 
Advantage!, and e-Library to assist customers in both market research 
and ordering from Schedules.

All of the initiatives described above are designed to provide an 
integrated approach in gaining a better understanding of how customers 
use GSA Schedules, enhance training, and assure that all agencies using 
GSA Schedules are fully trained in the proper and efficient use of GSA 
Schedules to meet their service and supply requirements. The ultimate 
goal is to assure that acquisition regulations, policies, and 
procedures are being properly applied and that the American taxpayer is 
getting the best value for their Government.

GSA appreciates this opportunity to comment on this important GAO 
report and welcomes the opportunity to expand our training support to 
DOD.

Sincerely,

Signed for: 

David A. Drabkin:

Deputy Associate Administrator for Acquisition Policy:

cc: Pat Mead:

Office of Acquisition Management (FSS):

[End of section]

Appendix VII: GAO Contacts and Acknowledgments:

GAO Contacts:

William T. Woods, (202) 512-4841 Timothy DiNapoli, (202) 512-3665:

Acknowledgments:

Major contributors to this report were Robert Ackley, Ridge Bowman, 
Carole Coffey, Muriel Forster, Glenn D. Furbish, Charles D. Groves, 
John Heere, Chad Holmes, John Hutton, Ronald Salo, Karen Sloan, Lillian 
Slodkowski, Steve Sternlieb, Susan Tindall, Adam Vodraska, and Tim 
Wilson.

FOOTNOTES

[1] For example, we testified on efforts to identify and recover assets 
of the former regime and return them to the Iraqi people. See 
Recovering Iraq's Assets: Preliminary Observations on U.S. Efforts and 
Challenges, GAO-04-579T (Washington, D.C.: Mar. 18, 2004).

[2] The Emergency Wartime Supplemental Appropriations Act, 2003 (Pub. 
L. No. 108-11, Apr. 16, 2003) established several funds that could be 
used to support rebuilding efforts. Agencies also used other 
appropriation accounts to support certain rebuilding efforts.

[3] Congressional Budget Office, Paying for Iraq's Reconstruction 
(January 2004).

[4] Appendix II may understate the total number of reconstruction 
contracts and task orders, as agency officials were unable to provide 
information on a limited number of small-dollar contracts awarded 
during the early stages of the reconstruction effort.

[5] Emergency Supplemental Appropriations Act for Defense and for the 
Reconstruction of Iraq and Afghanistan, 2004. (Pub. L. No. 108-106, 
Nov. 6, 2003.) Congress appropriated $18.649 billion for Iraq relief 
and reconstruction; however, of this amount, $210 million was set aside 
for assistance to Jordan, Liberia, and Sudan. Additionally, the 
Consolidated Appropriations Act, 2004 (Pub. L. No. 108-199, Jan. 23, 
2004) allows another $100 million of that amount to be used for 
assistance to Turkey and $30 million for the Middle East Partnership 
Initiative. 

[6] Included within the information to be provided is the justification 
for using other than full and open competitive procedures, a brief 
description of the contract's scope, the amount of the contract, a 
discussion of how the contracting agency identified and solicited 
offers from contractors, and a list of the contractors solicited. 

[7] CICA, as enacted in 10 U.S.C. § 2304(a)(1) (2000) (applicable to 
DOD) and codified at 41 U.S.C. § 253(a)(1) (2000) (applicable to other 
executive agencies discussed in this report); 41 U.S.C. § 403(6) (2000) 
(definition of "full and open competition"). CICA's competition 
requirements are implemented in the Federal Acquisition Regulation 
(FAR), 48 C.F.R. part 6 (2003) and agency supplements.

[8] These exceptions are listed in 10 U.S.C. § 2304(c) and 41 U.S.C. § 
253(c). Agencies may have other authority available that permits them 
to justify using other than full and open competition in appropriate 
circumstances. For example, table 5 describes the authority USAID used 
to conduct its limited competitions.

[9] 10 U.S.C. § 2304(f) and 41 U.S.C. § 253(f) establish the required 
approval levels and the required contents of the justification. Lack of 
advance planning is prohibited as a basis for using other than 
competitive procedures.

[10] State relied on section 481(a) of the Foreign Assistance Act of 
1961, as amended, 22 U.S.C. § 2291(a)(4) (2000), which reads: 
"Notwithstanding any other provision of law, the President is 
authorized to furnish assistance to any country or international 
organization, on such terms and conditions as he may determine, for the 
control of narcotic and psychotropic drugs and other controlled 
substances, or for other anticrime purposes."

[11] 10 U.S.C. § 2304c(a)(2) and 41 U.S.C. § 253j(a)(2) (2000). 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. 10 U.S.C. § 2304c(b) and 41 U.S.C. § 
253j(b).

[12] 10 U.S.C. § 2304a(e) and 41 U.S.C. § 253h(e) (2000).

[13] 10 U.S.C. § 2304a(e) and 41 U.S.C. § 253h(e). 

[14] This requirement for competition for out-of-scope modifications is 
explicitly stated for task order contracts for advisory and assistance 
services. 10 U.S.C. § 2304b(f) and 41 U.S.C. § 253i(f) (2000). For 
other types of task and delivery order contracts, the requirement for 
competition for out-of-scope modifications is based on case law such as 
bid protest decisions of the Comptroller General of the United States. 
See, for example, Makro Janitorial Srvs., Inc., B-282690, Aug. 18, 
1999, 99-2 CPD ¶ 39 at 2; Anteon Corp., B-293523, B-293523.2, Mar. 29, 
2004, 2004 CPD ¶___at 4-5. 

[15] Although we used such bid protest decisions in establishing the 
criteria for our review of the task orders issued for Iraq's 
reconstruction, our review is not related in any way to the statutory 
bid protest function of the Comptroller General under CICA.

[16] Floro & Assocs., B-285451.3; B-285451.4, Oct. 25, 2000, 2000 CPD ¶ 
172 at 4; Anteon Corp., supra, at 5.

[17] 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.

[18] In March 2004, the DOD Inspector General reported that a review of 
24 contract actions awarded by DCC-W on behalf of the CPA (including 
the two task orders we reviewed) revealed that DCC-W circumvented 
contracting rules--including improperly using schedule contracts and 
improperly contracting for personal services. The Inspector General 
attributed this condition to the need to quickly award contracts and to 
DOD's failure to plan for the acquisition support the CPA needed to 
perform its mission. DCC-W officials reported that they have and will 
continue to provide additional guidance and training on the use of the 
schedules program to its personnel. See Acquisition: Contracts Awarded 
for the Coalition Provisional Authority by the Defense Contracting 
Command-Washington. (Report. No. D-2004-057, Office of the Inspector 
General, Department of Defense. Arlington, Va., Mar. 18, 2004).

[19] The interagency agreement is based on authorization contained in 
the Foreign Assistance Act. Section 491(b) of the Foreign Assistance 
Act authorizes the President, "notwithstanding any other provision of 
this or any other Act," to furnish foreign assistance "on such terms 
and conditions as he may determine, for international disaster relief 
and rehabilitation," while section 632(b) of the Act authorizes, for 
carrying out foreign assistance functions, the utilization of the 
services (including defense services) and facilities of, or procurement 
of commodities and defense articles from, any U.S. agency.

[20] The LOGCAP contract, which was competitively awarded in 2001, 
requires the contractor to provide planning and a broad range of 
logistics services to the Army and other entities in wartime and other 
operations. The Army has used LOGCAP to support both military 
operations and reconstruction efforts in Iraq. We are reviewing DOD's 
use of the LOGCAP contract to support military operations under a 
separate review that will be completed later this year.

[21] As of September 30, 2003, two of the three multiple-award 
contracts had exceeded their maximum value. In October 2003, the third 
contract also exceeded its maximum value.

[22] Under 10 U.S.C. § 2304(f)(2), a Justification and Approval for 
unusual and compelling urgency can be made after award. It has been a 
year since these contracts were awarded using limited competition and 
more than 6 months since the Corps requested approval from the Army's 
senior procurement executive for its limited competitive awards. The 
Army FAR Supplement requires the submission of such a post-award 
justification for approval within 30 working days of award.

[23] DOD may waive this requirement if the head of a DOD agency 
determines that the waiver is necessary for a contract to support a 
contingency operation or a humanitarian or peacekeeping operation. 10 
U.S.C. § 2326(b)(4) (2000). No such waivers have been issued for the 
contracts we reviewed. The DOD requirements for undefinitized contract 
actions are in the Defense FAR Supplement at subpart 217.74. General 
requirements for all agencies are listed in FAR ¶16.603.

[24] This contract also includes a requirement to import fuel and other 
petroleum products into Iraq by the contractor, Kellogg Brown & Root. 
This task, which accounts for nearly 40 percent of the amount obligated 
on the contract as of September 2003, is the subject of ongoing reviews 
by the DOD Inspector General and DCAA. Because of these ongoing 
investigations, we did not evaluate the Army Corps of Engineers' 
oversight of this task order as part of this review. 

[25] Other cost control mechanisms, such as the use of on-site 
government oversight personnel and auditors, as well as contractor cost 
accounting systems, could mitigate some of the cost risks to the 
government where definitization has been delayed. In addition, 10 
U.S.C. § 2326(e) requires DOD to ensure that the profit allowed on an 
undefinitized contract for which the final price is negotiated after a 
substantial portion of the work is completed reflects the possible 
reduced cost risk to the contractor. 

[26] The DOD Inspector General's March 2004 report found that, overall, 
government personnel did not provide adequate surveillance on 13 of the 
24 contracts or task orders awarded or issued on behalf of the CPA by 
DCC-W.

[27] We have previously reported that USAID's lack of personnel support 
has affected the agency's abilities to deliver reconstruction 
assistance. See Major Management Challenges and Program Risks: U.S. 
Agency for International Development. GAO-03-111 (Washington, D.C.: 
Jan. 1, 2003) and Foreign Assistance: Disaster Recovery Program 
Addressed Intended Purposes, but USAID Needs Greater Flexibility to 
Improve Its Response Capability, GAO-02-787 (Washington, D.C.: July 24, 
2002). 

[28] On December 5, 2003, the Deputy Secretary of Defense approved a 
determination and findings under the public interest exception to the 
competition requirements that eligibility for 26 contracts to be 
awarded by DOD on behalf of the CPA would be limited to firms from the 
United States, Iraq, coalition partners, and force contributing 
nations. The Secretary of Defense is authorized to use this exception 
only on a non-delegable basis. 10 U.S.C. 2304(c)(7), (d)(2); FAR 6.302-
7(c)(1). Further, the Secretary's determination and finding to use the 
exception cannot be made on a class basis. FAR 6.302-7(c)(4).

[29] 10 U.S. C. 2304(d)(2).

[30] With regard to the public interest exception (10 U.S.C. 
2304(c)(7)), the law specifically states that, "the authority of the 
head of an agency under subsection (c)(7) may not be delegated." 10 
U.S. C. 2304(d)(2).

GAO's Mission:

The General Accounting Office, the investigative arm of Congress, 
exists to support Congress in meeting its constitutional 
responsibilities and to help improve the performance and accountability 
of the federal government for the American people. GAO examines the use 
of public funds; evaluates federal programs and policies; and provides 
analyses, recommendations, and other assistance to help Congress make 
informed oversight, policy, and funding decisions. GAO's commitment to 
good government is reflected in its core values of accountability, 
integrity, and reliability.

Obtaining Copies of GAO Reports and Testimony:

The fastest and easiest way to obtain copies of GAO documents at no 
cost is through the Internet. GAO's Web site ( www.gao.gov ) contains 
abstracts and full-text files of current reports and testimony and an 
expanding archive of older products. The Web site features a search 
engine to help you locate documents using key words and phrases. You 
can print these documents in their entirety, including charts and other 
graphics.

Each day, GAO issues a list of newly released reports, testimony, and 
correspondence. GAO posts this list, known as "Today's Reports," on its 
Web site daily. The list contains links to the full-text document 
files. To have GAO e-mail this list to you every afternoon, go to 
www.gao.gov and select "Subscribe to e-mail alerts" under the "Order 
GAO Products" heading.

Order by Mail or Phone:

The first copy of each printed report is free. Additional copies are $2 
each. A check or money order should be made out to the Superintendent 
of Documents. GAO also accepts VISA and Mastercard. Orders for 100 or 
more copies mailed to a single address are discounted 25 percent. 
Orders should be sent to:

U.S. General Accounting Office

441 G Street NW,

Room LM Washington,

D.C. 20548:

To order by Phone: 	

	Voice: (202) 512-6000:

	TDD: (202) 512-2537:

	Fax: (202) 512-6061:

To Report Fraud, Waste, and Abuse in Federal Programs:

Contact:

Web site: www.gao.gov/fraudnet/fraudnet.htm E-mail: fraudnet@gao.gov

Automated answering system: (800) 424-5454 or (202) 512-7470:

Public Affairs:

Jeff Nelligan, managing director, NelliganJ@gao.gov (202) 512-4800 U.S.

General Accounting Office, 441 G Street NW, Room 7149 Washington, D.C.

20548: