This is the accessible text file for GAO report number GAO-07-40 
entitled 'Rebuilding Iraq: Status of Competition for Iraq 
Reconstruction Contracts' which was released on October 6, 2006. 

This text file was formatted by the U.S. Government Accountability 
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 Government Accountability Office: 

GAO: 

October 2006: 

Rebuilding Iraq: 

Status of Competition for Iraq Reconstruction Contracts: 

Competition in Iraq Reconstruction Contracting: 

GAO-07-40: 

GAO Highlights: 

Highlights of GAO-07-40, a report to Congressional Committees 

Why GAO Did This Study: 

Since 2003, Congress has appropriated more than $20 billion through the 
Iraq Relief and Reconstruction Fund (IRRF) to support Iraq rebuilding 
efforts. The majority of these efforts are being carried out through 
contracts awarded by the Departments of Defense (DOD) and State and the 
U.S. Agency for International Development (USAID). When awarding IRRF-
funded contracts for $5 million or more noncompetitively, agencies are 
required by statute to provide notification and justification to 
Congress. 

In June 2004, GAO found that agencies generally complied with laws and 
regulations governing competition to award new contracts, but did not 
always comply with competition requirements when issuing task orders 
under existing contracts. 

As mandated by Congress, this report (1) describes the extent of 
competition in Iraq reconstruction contracts awarded by DOD, USAID, and 
State since October 1, 2003, based on available data, and (2) assesses 
whether these agencies followed applicable documentation and 
congressional notification requirements regarding competition for 51 
judgmentally selected Iraq reconstruction contract actions. 

In written comments, State and USAID concurred with the report 
findings. DOD provided a technical comment. 

What GAO Found: 

While no single, comprehensive system currently tracks governmentwide 
Iraq reconstruction contract data, available data showed that from 
October 1, 2003, through March 31, 2006, DOD, USAID, and State 
collectively awarded the majority of Iraq reconstruction contracts 
competitively. Based on competition information we obtained on $10 
billion of the total $11.6 billion in IRRF obligations by these 
agencies during the period of our review, we found that about $9.1 
billion—or 91 percent—was for competitively awarded contracts. While 
our ability to obtain complete competition data for all DOD Iraq 
reconstruction contract actions was limited because not all DOD 
components consistently tracked or fully reported this information, we 
obtained information on approximately $7 billion, or 82 percent, of 
DOD’s total Iraq reconstruction contract obligations, and of this, we 
found that competition occurred for nearly all of the obligations. 
Additionally, based on complete data for the period of our review we 
found that USAID competitively awarded contract actions for 99 percent 
of its obligations, while State awarded contract actions competitively 
for only 10 percent of its obligations. 

Figure: 

[See PDF for Image] 

Source: GAO analysis. 

[End of Figure] 

GAO reviewed the files for 51 contract actions totaling $1.55 
billion—22 of which were awarded noncompetitively and 29 of which were 
awarded competitively—almost all of which contained proper 
documentation. One contract file—for a noncompetitively awarded task 
order issued by State—did not contain justifications or other required 
documentation. DOD was also unable to provide documentation for 4 of 
the competitively awarded contract actions. Of the 22 noncompeted 
contract actions in GAO’s review, State should have notified Congress 
of 2 actions awarded using other than full and open competition in 
accordance with notification requirements but did not. State officials 
told GAO that they have taken steps to address the problem. GAO did not 
identify any DOD or USAID contract actions within the sample that 
required notification. 

[Hyperlink, http://www.gao.gov/cgi-bin/getrpt?GAO-07-40]. 

To view the full product, including the scope and methodology, click on 
the link above. For more information, contact John Hutton at (202) 512-
4841 or huttonj@gao.gov. 

[End of Section] 

Contents: 

Letter: 

Results in Brief: 

Background: 

Vast Majority of Reported Contract Obligations Were for Competitive 
Awards: 

Agencies Generally Provided Necessary Documentation but Did Not Always 
Comply with Congressional Notification Requirements: 

Agency Comments: 

Appendix I: Scope and Methodology: 

Appendix II: Iraq Reconstruction Contract Actions and Obligations 
Reviewed: 

Appendix III: Actions Taken in Response to GAO-04-605, Rebuilding Iraq 
Fiscal Year 2003 Contract Award Procedures and Management Challenges: 

Appendix IV: Comments from the Department of State: 

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

Appendix VI: GAO Contacts and Acknowledgments: 

Figure: 

Figure 1: Obligations for Competitive and Noncompetitive Contract 
Actions by Agency: 

Abbreviations: 

AIDAR: Agency for International Development Acquisition Regulation: 

CEFMS: Corps of Engineers Financial Management System: 

CICA: Competition in Contracting Act: 

DCC-W: Defense Contracting Command-Washington: 

DFARS: Defense Federal Acquisition Regulation Supplement: 

DOD: Department of Defense: 

DOSAR: Department of State Acquisition Regulation: 

FAR: Federal Acquisition Regulation: 

FPDS-NG: Federal Procurement Data Systems-Next Generation: 

IDIQ: Indefinite delivery/indefinite quantity: 

IRRF: Iraq Relief and Reconstruction Fund: 

JCC-I/A: Joint Contracting Command-Iraq/Afghanistan: 

LOGCAP: Logistics Civil Augmentation Program: 

USAID; U.S. Agency for International Development: 

United States Government Accountability Office: 
Washington, DC 20548: 

October 6, 2006: 

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

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

Since 2003, Congress has appropriated more than $20 billion through the 
Iraq Relief and Reconstruction Fund (IRRF) to support Iraq rebuilding 
efforts, such as repairing oil facilities, increasing electricity 
capacity, and restoring water treatment plants. The majority of these 
efforts are being carried out by the Departments of Defense (DOD) and 
State (State) and the U.S. Agency for International Development (USAID) 
through contracts with private sector companies. Widespread 
congressional interest in ensuring competition when awarding contracts 
for Iraq has been evident since the war in Iraq began. Specifically, in 
the fiscal year 2004 supplemental appropriation for Iraq, concerns 
about competition in Iraq reconstruction contracting led Congress to 
require that notification and justification be sent to multiple 
congressional committees when other than full and open competition is 
used to award contracts for $5 million or more.[Footnote 1] 

In June 2004, GAO reported on contract award procedures for contracts 
and task orders to help rebuild Iraq in fiscal year 2003.[Footnote 2] 
That report found agencies generally complied with applicable laws and 
regulations governing competition to award new reconstruction 
contracts. However, the report also identified several instances in 
which task orders issued under existing contracts did not comply with 
applicable competition requirements.[Footnote 3] Appendix III describes 
actions taken in response to recommendations made in that report. 

The fiscal year 2006 National Defense Authorization Act conference 
report required that GAO update its 2004 report on competition in Iraq 
reconstruction contracting.[Footnote 4] In response, this report (1) 
describes the extent of competition in Iraq reconstruction contracts 
awarded by DOD, USAID, and State since October 1, 2003, based on 
available data, and (2) assesses whether these agencies followed 
applicable documentation and congressional notification requirements 
regarding competition for selected Iraq reconstruction contract 
actions. 

To address these objectives, we focused our review on three agencies, 
the Departments of Defense and State and USAID. These three agencies 
are responsible for 98 percent of the total obligations made with 
IRRF.[Footnote 5] For the first objective, we obtained data from DOD, 
USAID, and State on IRRF-funded reconstruction contract actions, 
including contracts awarded, task orders issued, and applicable 
modifications, from October 1, 2003, through March 31, 2006, with 
obligations of $1 million or more.[Footnote 6] For the second 
objective, we judgmentally selected 51 contract actions--22 indicated 
as noncompeted and 29 indicated as competed--to determine compliance 
with competition documentation and congressional notification 
requirements as prescribed in statute, regulations, and other guidance. 
Our findings regarding documentation and notification are specific to 
these selected contract actions and are not projectable to the 
agencies' total contract action universe. 

We also reviewed statutory requirements, the Federal Acquisition 
Regulation (FAR) and applicable agency supplements, and agency policies 
and procedures related to competition in contracting. We interviewed 
contracting officers and other procurement officials and reviewed 
contract files in Washington, D.C; Virginia; and Iraq. We did not 
evaluate the acquisition strategy used to award the contract actions, 
whether justifications for issuing awards noncompetitively were 
adequate, or whether task orders were within the scope of the 
underlying contract.[Footnote 7] While GAO and other audit agencies 
have identified problems in contract implementation and administration, 
we did not address these issues within our review. Appendix I contains 
the details of our scope and methodology. We conducted our review from 
April 2006 through August 2006 in accordance with generally accepted 
government auditing standards. 

Results in Brief: 

While no single, comprehensive system currently tracks governmentwide 
Iraq reconstruction contract data, we obtained competition information 
on $10 billion of the total $11.6 billion in obligations for Iraq 
reconstruction contracts collectively awarded by DOD, USAID, and State 
from October 1, 2003, through March 31, 2006, and found that about $9.1 
billion, or 91 percent, of the obligations were for competitive awards. 
Several DOD systems track contract or competition data. However, not 
all DOD components consistently tracked or reported this information; 
therefore we cannot draw any conclusions on the extent of competition 
for all DOD Iraq reconstruction contracts. For example, we were not 
able to obtain complete competition data on DOD's Joint Contracting 
Command-Iraq/Afghanistan (JCC-I/A) and those of its predecessor 
organizations for the period of our review. Despite this, we obtained 
competition data for approximately 82 percent of DOD's contract 
obligations for Iraq reconstruction, the vast majority of which 
indicated that competition generally occurred since October 1, 2003. 
Additionally, based on complete data provided for the period of our 
review, 99 percent of USAID's Iraq reconstruction contract obligations 
were for competitive awards, while only 10 percent of State's 
obligations were for competitive awards. 

For the contract actions we reviewed, the agencies generally followed 
the FAR and the applicable agency supplements regarding documentation 
requirements when awarding Iraq reconstruction contract actions but did 
not always comply with congressional notification requirements. We 
reviewed contract files for 51 contract actions totaling $1.55 billion, 
22 of which were awarded noncompetitively and 29 of which were awarded 
competitively. For the 22 noncompetitively awarded contract actions, 
agencies generally provided proper contract file documentation, 
including justification for using other than full and open competition. 
Only 1 contract file--for a task order issued by the State Department-
-did not contain justifications or other documentation as required in 
the FAR or agency supplements. For the 29 competitively awarded 
contract actions, agencies generally provided contract file 
documentation. However, in 4 cases DOD was unable to provide 
documentation that competition occurred, such as evidence of bidders or 
price negotiation memos. Additionally, of the 22 noncompeted contract 
actions, State should have notified Congress of 2 actions it awarded 
using other than full and open competition in accordance with the 
notification requirement in section 2202 of Public Law 108- 
106.[Footnote 8] While State failed to provide the required 
notifications, it has taken steps to address the problem for future 
awards. Within our sample, we did not find any additional instances 
where DOD, USAID, and State should have notified Congress of a 
noncompeted award but did not. 

We requested comments from DOD, USAID, and State on a draft of this 
report. In written comments, USAID and State agreed with our findings. 
State also provided additional information regarding steps taken to 
address the section 2202 reporting requirement. DOD provided a 
technical comment, which was incorporated into the report. Comments 
from State and USAID appear in appendixes IV and V. 

Background: 

The United States, along with its coalition partners and various 
international organizations and donors, has embarked on a significant 
effort to rebuild Iraq following multiple wars and years of neglect. In 
April 2003, Congress passed the Emergency Wartime Supplemental 
Appropriations Act, which created the Iraq Relief and Reconstruction 
Fund and appropriated approximately $2.48 billion for reconstruction 
activities.[Footnote 9] These funds--referred to as IRRF I--were to be 
used by USAID, State, DOD, Treasury, and Health and Human Services for 
a broad range of humanitarian and reconstruction efforts. In November 
2003, Congress enacted an additional emergency supplemental 
appropriations act, which provided approximately $18.4 billion for 
reconstruction activities in Iraq.[Footnote 10] This appropriation-- 
referred to as IRRF II--focused on security and infrastructure, and the 
funding was allocated across multiple sectors.[Footnote 11] 
Additionally, the November 2003 act required that full and open 
competition be used to enter into contracts using IRRF funds unless the 
use of an authorized statutory exception was properly documented and 
approved, and the specified congressional committees notified.[Footnote 
12] As of August 29, 2006, about 94 percent, or approximately $20 
billion, of all IRRF funds had been obligated by all agencies. 

The Competition in Contracting Act of 1984 (CICA) generally requires 
that federal contracts be awarded on the basis of full and open 
competition.[Footnote 13] This process is intended to permit the 
government to rely on competitive market forces to obtain needed goods 
and services at fair and reasonable prices. However, 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 urgent needs or 
when there is only one source for the required product or service. In 
such cases, agencies are given authority by law to award contracts 
without providing for full and open competition (e.g., using limited 
competition or on a sole-source basis), provided that the proposed 
approach is appropriately justified, approved, and documented. 
Additionally, regarding task orders issued under an existing contract, 
the competition law does not require competition beyond that obtained 
for the initial contract award, 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 14] 

Vast Majority of Reported Contract Obligations Were for Competitive 
Awards: 

While no single, comprehensive system currently tracks governmentwide 
Iraq reconstruction contract data, we obtained competition information 
on $10 billion of the total $11.6 billion in obligations for Iraq 
reconstruction contracts collectively awarded by DOD, USAID, and State 
from October 1, 2003, through March 31, 2006, and found that about $9.1 
billion, or 91 percent, of the obligations was for competitive awards. 
We obtained information on approximately $7 billion of the $8.55 
billion DOD obligated and found that competition occurred for nearly 
all of the obligations. Both USAID and State provided information on 
all of their IRRF obligations made during the period of our review. 
However, where USAID information showed that almost all of its Iraq 
reconstruction contract obligations were for competitive awards, State 
information showed that few of its contract action obligations were for 
competitive awards. Figure 1 shows a breakdown of the three agencies' 
competed and noncompeted contract actions based on available data. 

Figure 1: Obligations for Competitive and Noncompetitive Contract 
Actions by Agency: 

[See PDF for image] 

Source: GAO analysis. 

[End of figure] 

Most DOD Obligations Were for Competitively Awarded Contract Actions: 

Based on available data, we found that the majority of DOD's IRRF 
contract obligations incurred during the period we reviewed were for 
competitive awards. Competition information was available for 
approximately 82 percent of DOD's total $8.55 billion in Iraq 
reconstruction contract obligations. Of this, we found that DOD 
competitively awarded about $6.83 billion, and noncompetitively awarded 
about $189 million.[Footnote 15] Most of the DOD offices we spoke with 
reported that, when possible, contract actions were competed. 

JCC-I/A--the office performing the majority of Iraq contracting for the 
DOD offices we reviewed--and its predecessor organizations, including 
the Project and Contracting Office and Program Management Office, 
obligated $3.82 billion, of which $3.81 billion was obligated for 
competitive awards. Additionally, the other DOD offices we reviewed, 
including the Army Corps of Engineers' Gulf Region Division and 
Transatlantic Programs Center; the Army's TACOM Life Cycle Management 
Command; and the Air Force Center for Environmental Excellence 
obligated approximately $2.25 billion, and of these obligations, 
approximately $2.08 billion were for competitive awards and $177 
million for noncompetitive awards. Furthermore, the Army Corps of 
Engineers' Southwestern Division competitively awarded two contracts to 
rebuild Iraqi oil infrastructure with obligations totaling $941 
million. 

Complete information on DOD's contract actions and competition type for 
the period of our review was not available, in part because not all 
offices consistently tracked or reported this information. Currently, 
DOD is transitioning its contract-writing systems to interface with the 
Federal Procurement Data System-Next Generation (FPDS-NG).[Footnote 16] 
Until this transition is completed, the majority of DOD components are 
expected to use DD Form 350s to report contract actions. However, we 
found that while the DD 350 system tracks competition information by 
contract, not all offices report their contracts to the system. For 
example, the JCC-I/A and its predecessor organizations did not fully 
input detailed, individual contract action information into DOD-wide 
systems including DD 350, which would provide information on 
competition. Furthermore, according to JCC-I/A officials, JCC-I/A did 
not track competition information until after May 2005. Consequently, 
we relied on multiple sources in order to obtain competition 
information for the DOD components within our review. 

Almost All USAID Contract Obligations Were for Competitive Awards: 

USAID provided competition information for 100 percent of the $2.27 
billion in IRRF contract obligations that the agency reported incurring 
between October 1, 2003, and March 31, 2006. These data indicated that 
USAID competitively awarded contract actions for about $2.25 billion, 
or 99 percent, of the approximately $2.27 billion it obligated; 
approximately $20.4 million, or about 1 percent, of these obligations 
were noncompetitively awarded. Agency contracting staff reported that 
USAID has pursued competition with very few exceptions when awarding 
contracts and issuing task orders for Iraq reconstruction. 

During our contract file review, we identified three instances in which 
the competition information provided by USAID was inaccurate. In two 
cases, USAID reported contracts as being awarded competitively when 
they were actually awarded under limited competition.[Footnote 17] In 
the third case, USAID reported a contract as "not competed," when it 
was actually awarded competitively. In each of these instances, we used 
corrected competition information for our analysis. 

Only Small Percentage of State Contract Obligations Were for 
Competitive Awards: 

State obligated the smallest portion of IRRF funding among the three 
agencies, however, it incurred most if its obligations for 
noncompetitive awards. State provided competition information for 100 
percent of the $762 million in IRRF contract obligations that the 
agency reported incurring between October 1, 2003, and March 31, 2006. 
These data indicated that State incurred obligations of approximately 
$73 million in competitive awards, or approximately 10 percent, of the 
approximate $762 million it obligated for IRRF contract actions; 
approximately $688 million, or about 90 percent, of these obligations 
were incurred under noncompetitive awards. In several of these cases, 
State cited urgency as the reason for awarding the contract actions 
noncompetitively. Specifically, justifications in two of the contract 
files we reviewed cited FAR § 6.302-2, unusual and compelling urgency, 
as the basis for using other than full and open competitive procedures. 
Additionally, one task order we reviewed was an unauthorized commitment 
that had to be ratified by State.[Footnote 18] The ratification 
amounted to the issuance of a noncompetitive task order to the 
contractor. 

During our contract file review, we identified three instances in which 
the competition information provided by State was inaccurate. In two of 
these cases, we found that contracts that were reported as awarded 
competitively were actually awarded noncompetitively. In the third 
case, State misclassified the competition type reported for a contract 
that was awarded competitively. In each of these instances, we used 
corrected competition information for our analysis. 

Agencies Generally Provided Necessary Documentation but Did Not Always 
Comply with Congressional Notification Requirements: 

We reviewed 51 contract actions totaling $1.55 billion--35 at DOD, 11 
at USAID, and 5 at State. We found that the agencies generally followed 
the FAR and the applicable agency supplements regarding documentation 
requirements for contract actions but did not always comply with 
congressional notification requirements. Of the 51 contract actions 
that we reviewed, 22 were awarded noncompetitively, while 29 were 
awarded competitively. Only 1 of the 22 noncompetitive contract action 
files did not contain justifications or other documentation as required 
in the FAR or agency supplements. Of the 29 competed contract actions, 
DOD was unable to provide documentation that competition had occurred, 
such as evidence of bidders or price negotiation memos, in 4 cases. 
Additionally, of the 22 noncompeted contract actions, State should have 
notified Congress of 2 actions it awarded using other than full and 
open competition in accordance with the notification requirements. 
While State failed to provide the required notifications, State 
officials told us that they have taken steps to address the problem for 
future awards. Within our sample, we did not find any additional 
instances where DOD, USAID, and State should have notified Congress of 
a noncompeted award but did not. 

Contract Action Files Generally Contained Required Documentation: 

Of the 35 DOD IRRF contract actions we reviewed, 15 were indicated as 
noncompeted and 20 indicated as competed. The files for the 15 
noncompeted contract actions contained documentation required by the 
FAR, Defense Federal Acquisition Regulation Supplement and the Army 
Federal Acquisition Regulation Supplement. Of the 15 noncompeted 
actions, 4 were sole source contract awards; 4 were awarded using 
limited competition; 3 were noncompeted task orders under a multiple 
award IDIQ contract; 3 were sole source awards under the 8(a) 
program[Footnote 19]; and 1 was an out of scope modification. Based on 
our review, all of the contract actions that were awarded non- 
competitively had justification and approval documentation citing the 
reason for either limiting competition or using a sole source award 
when required. For example, JCC-I/A partially terminated an IDIQ 
contract used to rebuild hospitals in Ira[Footnote 20]q. In order to 
complete the remaining work, JCC-I/A awarded a series of sole source 
contracts to the remaining Iraqi subcontractors to complete the work. 
In another example, the Project and Contracting Office awarded a series 
of contracts using limited competition to pave roads in 13 governorates 
in Iraq, citing unusual and compelling urgent circumstances due to 
security concerns and limited manpower to evaluate all submissions from 
Iraqi firms. For the 20 competed DOD contract actions, 16 files 
included documentation that competition occurred, such as evidence of 
bidders or price negotiation memos when required. However, DOD was 
unable to provide supporting evidence for the remaining 4 contract 
actions that were indicated as competed. 

Of the 11 USAID contract actions we reviewed, 3 were indicated as 
noncompeted and 8 indicated as competed. The files for all 3 
noncompeted actions included the documentation required by the FAR and 
the Agency for International Development Acquisition Regulation (AIDAR) 
regarding competition. Two of these contracts were awarded under 
limited competition--one for catering services and one for armored 
vehicles--providing an opportunity for multiple vendors to submit bids. 
For both of these contracts, USAID used a blanket waiver authority 
provided by the USAID Administrator pursuant to section 706.302- 
70(b)(3)(ii) of the AIDAR.[Footnote 21] This waiver was originally 
signed in January of 2003, later renewed in June 2004, and again in 
August 2005, and the agency is currently working on a 2006 version. The 
third noncompeted action was a modification extending the performance 
period and increasing the total award amount for a contract for 
facility security. The files for the 8 competed USAID contract actions 
included documentation that competition occurred, such as evidence of 
bidders or price negotiation memos. 

Finally, of the 5 State contract actions we reviewed, 4 were indicated 
as noncompeted and 1 indicated as competed. Of the 4 noncompeted 
actions, 2 were single-award contracts for protective services, and 2 
were task orders for police and guard services off of 1 IDIQ contract. 
The files for the 2 single-award contracts and one of the task orders 
included all of the documentation required by the FAR and the 
Department of State Acquisition Regulation (DOSAR) regarding 
competition. However, the file for one of the task orders for 
construction of a police training facility did not include 
documentation regarding the basis for using an exception to the fair 
opportunity process, as required in FAR § 16.505.[Footnote 22] The file 
for the 1 competed contract action included documentation that 
competition occurred, such as evidence of bidders or price negotiation 
memos. 

State Did Not Always Provide Required Congressional Notifications: 

Of the 22 noncompeted contract actions in our review, State should have 
notified Congress of 2 actions it awarded using other than full and 
open competition in accordance with the congressional notification 
requirement in section 2202 of Public Law 108-106 but did not. 

State failed to notify Congress when awarding 2 letter contracts for 
personal protective services noncompetitively.[Footnote 23] State 
indicated that the department failed to comply with the notification 
requirement in these two cases because the Office of Acquisitions 
Management, which is responsible for awarding and administering 
contracts at State, was not notified that IRRF funds were applied to 
these contracts by the relevant program office. State officials told us 
they have coordinated with program office staff to ensure that they 
communicate funding types to contracting staff in the future. We did 
not identify any USAID or DOD contract actions within our sample that 
required congressional notification.[Footnote 24] 

Agency Comments: 

We requested comments from DOD, USAID, and State on a draft of this 
report. DOD provided only one technical comment, which was incorporated 
into the report. USAID reviewed the report and found it to be factually 
correct. State acknowledged our findings and provided additional 
information regarding steps taken to address the section 2202 reporting 
requirement. Comments from State and USAID appear in appendixes IV and 
V. 

We are sending copies of this report to the Secretaries of Defense and 
State; the Administrator, U.S. Agency for International Development; 
and the Commanding General and Chief of Engineers, U.S. Army Corps of 
Engineers. 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 [Hyperlink, http://www.gao.gov]. 

The major contributors to this report are listed in appendix VI. 
Contact points for our Offices of Congressional Relations and Public 
Affairs may be found on the last page of this report. If you have any 
questions about this report, please contact me at (202)-512-4841. 

Signed by: 

John P. Hutton: 
Acting Director, Acquisition and Sourcing Management: 

[End of section] 

Appendix I: Scope and Methodology: 

The fiscal year 2006 National Defense Authorization Act conference 
report required that GAO update its 2004 report on the extent of 
competition for Iraq reconstruction contracts. In response, we focused 
our review on reconstruction contract actions funded solely with the 
Iraq Relief and Reconstruction Fund (IRRF). IRRF represents the largest 
amount of U.S. appropriated funds for reconstruction purposes. Other 
sources of U.S. funding for Iraq military, reconstruction, and 
stabilization efforts that are not included in our review are the Iraq 
Security Forces Fund, the Commander's Emergency Response Program, and 
the Commander's Humanitarian Relief and Reconstruction Program. 
Additionally, the congressional notification requirement in section 
2202 of Public Law 108-106 that was included in our review applies only 
to contract awards funded with IRRF. 

We included the Departments of Defense (DOD) and State (State) and the 
U.S. Agency for International Development (USAID), as these agencies 
are responsible for 98 percent of the total obligations made with IRRF 
through June 2006. Additionally, within DOD, we used the Corps of 
Engineers Financial Management System (CEFMS) data to select individual 
components to include in our review that were responsible for the 
majority of IRRF II contracting during the time period of our review. 
The components we selected included the Joint Contracting Command-Iraq/ 
Afghanistan, Army Corps of Engineers' Gulf Region Division and 
Transatlantic Programs Center, Army's TACOM Life Cycle Management 
Command, and the Air Force Center for Environmental Excellence. 

To determine the approximate number of reconstruction contract actions, 
the types of actions, the funding sources, and the competition type of 
such actions, we found that no single source of information contained 
suitable amounts of both contracting actions issued using IRRF monies 
and competition information. Therefore, to obtain DOD data, CEFMS was 
selected as the basis for DOD's IRRF contract universe due to the fact 
that it is the payment system for most of the major offices performing 
DOD contracting and presented the most complete contract action list. 
Using CEFMS, we identified DOD components based on the Department of 
Defense Activity Address Code, and selected offices to include in our 
review based on total obligations under IRRF II. Since CEFMS does not 
capture competition information, however, we attempted to cross- 
reference contracts found in CEFMS with DOD's DD Form 350 Individual 
Contracting Action Report database. However, at the time of our review, 
we found that DD 350 did not include fiscal year 2006 data and not all 
DOD components fully reported contract actions to DD 350. As a result, 
we contacted the individual DOD components selected for inclusion in 
our review and requested competition information for the offices' 
contracting actions funded with IRRF monies. 

To obtain IRRF-funded contract actions from USAID and State, we relied 
on agency-provided data, since the Federal Procurement Data System-Next 
Generation (FPDS-NG) did not contain any of USAID's contracting actions 
at the time we began our review. Although State's contracting actions 
were contained within FPDS-NG, the system did not indicate which 
actions were funded using IRRF money and other criteria needed for our 
review. 

We judgmentally selected 51 contract actions for further review to 
determine compliance with documentation requirements as prescribed in 
statutes, regulations, and other guidance, such as justification and 
approval documentation for noncompeted actions, and synopses of 
proposed contract actions, price negotiation memos, and evidence of 
bidder's lists for competed actions. To determine the applicable 
documentation requirements and policies governing competition when 
awarding contract actions, we reviewed the requirements of the 
Competition in Contracting Act of 1984 and the Federal Acquisition 
Regulation, and additional agency regulations including the Defense 
Federal Acquisition Regulation Supplement, Army Federal Acquisitions 
Regulation Supplement, Agency for International Development Acquisition 
Regulation, Department of State Acquisition Regulation, and other 
guidance. The contract actions were selected based on the following 
criteria: 

* reconstruction contract actions funded with IRRF monies; 

* actions awarded from October 1, 2003, through March 31, 2006; 

* current obligations of $1 million or more; 

* represented both competed and noncompeted actions; 

* selected more actions from DOD than USAID and State based on volume 
of contract actions obtained; 

* included a variety of contracts, task orders, and modifications; and: 

* included a variety of goods and services provided. 

Our findings regarding documentation are specific to these selected 
contract actions and are not projectable to the agencies' total 
contract action universe. Of the 51 contract actions selected, 22 were 
indicated as awarded noncompetitively and 29 were indicated as awarded 
competitively. We included competitively awarded actions in our review 
to verify the accuracy of reported actions and confirm evidence of 
competition. In the few cases noted where actions were incorrectly 
reported as competed or noncompeted by USAID and State, we corrected 
the errors as appropriate for use in our analysis. Given that our 
actions to corroborate the data contained within agency systems or 
provided by the agencies identified only a few errors, which we 
corrected, we believe the data to be sufficiently reliable for our 
purposes. 

To determine whether agencies complied with the congressional 
notification requirement contained in section 2202 of Public Law 108- 
106, we reviewed agency contract data within our selected contract 
actions to identify instances where the reporting requirement would 
apply and followed up with officials where appropriate. 

In order to review and understand the contract files selected, we 
interviewed DOD, USAID, and State contracting officers and other 
procurement officials in Washington, D.C; Virginia; and Iraq. Where 
possible, we obtained electronic documentation from agency officials. 
Appendix II lists the Iraq reconstruction contract actions we reviewed. 

We conducted our work between April 2006 and August 2006 in accordance 
with generally accepted government auditing standards. 

[End of section] 

Appendix II: Iraq Reconstruction Contract Actions and Obligations 
Reviewed: 

Contracting agency/ contractor[A]: Department of Defense: U.S. Air 
Force Center for Environmental Excellence: Environmental Chemical 
Corporation; 
Purpose: Convert Iraqi fort to prison; 
Contract action type: Task order; 
Amount obligated: $6,901,165.00. 

Contracting agency/ contractor[A]: Department of Defense: U.S. Air 
Force Center for Environmental Excellence: Shaw Environmental, Inc; 
Purpose: Army base renovation; 
Contract action type: Task order; 
Amount obligated: $45,492,214.00. 

Contracting agency/ contractor[A]: Department of Defense: U.S. Air 
Force Center for Environmental Excellence: Tetra Tech FW, Inc; 
Purpose: Facility construction and renovation; 
Contract action type: Task order; 
Amount obligated: $41,361,224.00. 

Contracting agency/ contractor[A]: Department of Defense: U.S. Air 
Force Center for Environmental Excellence: Washington Group 
International, Inc; 
Purpose: School repairs; 
Contract action type: Task order; 
Amount obligated: $11,409,173.00. 

Contracting agency/ contractor[A]: Department of Defense: U.S. Air 
Force Center for Environmental Excellence: Weston Solutions, Inc; 
Purpose: Airport construction and improvements; 
Contract action type: Task order; 
Amount obligated: $4,700,826.00. 

Contracting agency/ contractor[A]: Department of Defense: U.S. Air 
Force Center for Environmental Excellence: Laguna Construction Company, 
Inc; 
Purpose: Commando satellite construction; 
Contract action type: Task order; 
Amount obligated: $20,555,941.00.  

Contracting agency/ contractor[A]: Department of Defense: U.S. Army 
TACOM Life Cycle Management Command: Conley & Associates, Inc; 
Purpose: New equipment training; 
Contract action type: Contract; 
Amount obligated: $2,163,582.54. 

Contracting agency/ contractor[A]: Department of Defense: U.S. Army 
TACOM Life Cycle Management Command: Conley & Associates, Inc; 
Purpose: New equipment training; 
Contract action type: Contract; 
Amount obligated: $2,417,967.80. 

Contracting agency/ contractor[A]: Department of Defense: U.S. Army 
TACOM Life Cycle Management Command: MAC International FZE; 
Purpose: Police truck; 
Contract action type: Contract; 
Amount obligated: $67,210,440.00. 

Contracting agency/ contractor[A]: Department of Defense: U.S. Army 
Transatlantic Programs Center: Odebrecht-Austin (JV); 
Purpose: Gas power plant maintenance; 
Contract action type: Task order; 
Amount obligated: $38,663,252.20. 

Contracting agency/ contractor[A]: Department of Defense: U.S. Army 
Transatlantic Programs Center: Shaw Centcom Services LLD; 
Purpose: Transmission line and substation rehabilitation; 
Contract action type: Task order; 
Amount obligated: $15,423,515.00. 

Contracting agency/ contractor[A]: Department of Defense: U.S. Army 
Transatlantic Programs Center: Washington International/Black & Veatch 
Joint Venture; 
Purpose: Generator Rehabilitation; 
Contract action type: Task order; 
Amount obligated: $64,296,158.00. 

Contracting agency/ contractor[A]: Department of Defense: Joint 
Contracting Command - Iraq/ Afghanistan: ASRC Airfield and Range 
Services, Inc; 
Purpose: Facility construction and training; 
Contract action type: Contract; 
Amount obligated: $59,522,329.00. 

Contracting agency/ contractor[A]: Department of Defense: Joint 
Contracting Command - Iraq/ Afghanistan: Eurest Support Services, Inc; 
Purpose: Base camp support services; 
Contract action type: Contract; 
Amount obligated: $48,844,954.00. 

Contracting agency/ contractor[A]: Department of Defense: Joint 
Contracting Command - Iraq/ Afghanistan: SBIG Technical Services, Ltd; 
Purpose: Base support services; 
Contract action type: Contract; 
Amount obligated: $22,915,216.50. 

Contracting agency/ contractor[A]: Department of Defense: Joint 
Contracting Command - Iraq/ Afghanistan: FluorAMEC LLC; 
Purpose: Electric generation power plant construction; 
Contract action type: Task order; 
Amount obligated: $4,500,000.00. 

Contracting agency/ contractor[A]: Department of Defense: Joint 
Contracting Command - Iraq/ Afghanistan: PAE Government Systems, Inc; 
Purpose: Firefighter training program; 
Contract action type: Contract; 
Amount obligated: $15,514,713.00. 

Contracting agency/ contractor[A]: Department of Defense: Joint 
Contracting Command - Iraq/ Afghanistan: Iraqi Company A; 
Purpose: Road construction; 
Contract action type: Contract; 
Amount obligated: $1,353,700.00. 

Contracting agency/ contractor[A]: Department of Defense: Joint 
Contracting Command - Iraq/ Afghanistan: Iraqi Company B; 
Purpose: Road construction; 
Contract action type: Contract; 
Amount obligated: $1,185,547.90. 

Contracting agency/ contractor[A]: Department of Defense: Joint 
Contracting Command - Iraq/ Afghanistan: Iraqi Company B; 
Purpose: Road construction; 
Contract action type: Contract; 
Amount obligated: $1,119,476.00. 

Contracting agency/ contractor[A]: Department of Defense: Joint 
Contracting Command - Iraq/ Afghanistan: Iraqi Company C; 
Purpose: Road construction; 
Contract action type: Contract; 
Amount obligated: $1,409,515.00. 

Contracting agency/ contractor[A]: Department of Defense: Joint 
Contracting Command - Iraq/ Afghanistan: Raytheon Systems Development 
Company; 
Purpose: Purchase and install communication systems; 
Contract action type: Contract; 
Amount obligated: $1,900,000.00. 

Contracting agency/ contractor[A]: Department of Defense: Joint 
Contracting Command - Iraq/ Afghanistan: BLP; 
Purpose: Civil intervention force class; 
Contract action type: Contract; 
Amount obligated: $9,340,912.38. 

Contracting agency/ contractor[A]: Department of Defense: Joint 
Contracting Command - Iraq/ Afghanistan: U.S. Investigative Service; 
Purpose: Training, force protection and life support services; 
Contract action type: Contract; 
Amount obligated: $42,197,992.13. 

Contracting agency/ contractor[A]: Department of Defense: Joint 
Contracting Command - Iraq/ Afghanistan: Iraqi Company D; 
Purpose: Renovate, repair, and upgrade hospital; 
Contract action type: Contract; 
Amount obligated: $2,919,752.90. 

Contracting agency/ contractor[A]: Department of Defense: Joint 
Contracting Command - Iraq/ Afghanistan: iComPort; 
Purpose: Install and test underground feeders; 
Contract action type: Modification; 
Amount obligated: $1,113,690.00. 

Contracting agency/ contractor[A]: Department of Defense: Joint 
Contracting Command - Iraq/ Afghanistan: Iraqi Company E; 
Purpose: Rehabilitate children's hospital; 
Contract action type: Contract; 
Amount obligated: $1,288,000.00. 

Contracting agency/ contractor[A]: Department of Defense: Joint 
Contracting Command - Iraq/ Afghanistan: Comet Company LTD; 
Purpose: Rehabilitate water pumping station; 
Contract action type: Contract; 
Amount obligated: $4,222,549.00. 

Contracting agency/ contractor[A]: Department of Defense: U.S. Army 
Corps of Engineers - Gulf Region Division: Iraqi Company F; 
Purpose: Water facility construction; 
Contract action type: Contract; 
Amount obligated: $3,500,000.00. 

Contracting agency/ contractor[A]: Department of Defense: U.S. Army 
Corps of Engineers - Gulf Region Division: IAP World Wide Services; 
Purpose: Sewer and water networks; 
Contract action type: Task order; 
Amount obligated: $26,982,350.00. 

Contracting agency/ contractor[A]: Department of Defense: U.S. Army 
Corps of Engineers - Gulf Region Division: First Kuwaiti Contracting; 
Purpose: Emergency response unit bureau dignitary protection training 
site construction; 
Contract action type: Task order; 
Amount obligated: $14,078,995.00. 

Contracting agency/ contractor[A]: Department of Defense: U.S. Army 
Corps of Engineers - Gulf Region Division: KEC-OZDIL JV; 
Purpose: Design and reconstruct transmission line; 
Contract action type: Contract; 
Amount obligated: $23,865,426.00. 

Contracting agency/ contractor[A]: Department of Defense: U.S. Army 
Corps of Engineers - Gulf Region Division: Iraqi Company G; 
Purpose: MNSTC-I logistical warehouse complex; 
Contract action type: Contract; 
Amount obligated: $2,099,556.00. 

Contracting agency/ contractor[A]: Department of Defense: U.S. Army 
Corps of Engineers - Gulf Region Division: Iraqi Company H; 
Purpose: Iraqi National Guard battalion garrison; 
Contract action type: Task order; 
Amount obligated: $7,891,300.00. 

Contracting agency/ contractor[A]: Department of Defense: U.S. Army 
Corps of Engineers - Gulf Region Division: Iraqi Company I; 
Purpose: Electrical complex construction; 
Contract action type: Contract; 
Amount obligated: $2,837,290.00. 

Total, Department of Defense; Purpose: 
Amount obligated: $621,198,723.35. 

Contracting agency/ contractor[A]: U.S. Agency for International 
Development: Al Gosaibi Services; 
Purpose: Catering services; 
Contract action type: Contract; 
Amount obligated: $1,360,094. 

Contracting agency/ contractor[A]: U.S. Agency for International 
Development: America's Development Foundation; 
Purpose: Civil society; 
Contract action type: Contract; 
Amount obligated: $42,880,157. 

Contracting agency/ contractor[A]: U.S. Agency for International 
Development: Daimler Chrysler AG; 
Purpose: Armored vehicles; 
Contract action type: Contract; 
Amount obligated: $4,261,182. 

Contracting agency/ contractor[A]: U.S. Agency for International 
Development: Development Alternatives, Inc; 
Purpose: Grant support; 
Contract action type: Task order; 
Amount obligated: $348,039,843. 

Contracting agency/ contractor[A]: U.S. Agency for International 
Development: Development Alternatives, Inc; 
Purpose: Agriculture; 
Contract action type: Contract; 
Amount obligated: $101,352,912. 

Contracting agency/ contractor[A]: U.S. Agency for International 
Development: Gulf Catering Company; 
Purpose: Catering services; 
Contract action type: Purchase order; 
Amount obligated: $1,139,320. 

Contracting agency/ contractor[A]: U.S. Agency for International 
Development: International Business & Technical Consultants, Inc; 
Purpose: Monitoring and evaluation; 
Contract action type: Contract; 
Amount obligated: $7,938,544. 

Contracting agency/ contractor[A]: U.S. Agency for International 
Development: Kroll Government Services International, Inc; 
Purpose: Facility security; 
Contract action type: Modification; 
Amount obligated: $3,368,311. 

Contracting agency/ contractor[A]: U.S. Agency for International 
Development: The Louis Berger Group; 
Purpose: Private sector growth and employment generation; 
Contract action type: Contract; 
Amount obligated: $95,000,000. 

Contracting agency/ contractor[A]: U.S. Agency for International 
Development: The Partnership for Child Health Care, Inc; 
Purpose: Child health; 
Contract action type: Task order; 
Amount obligated: $2,000,000. 

Contracting agency/ contractor[A]: U.S. Agency for International 
Development: Research Triangle Institute; 
Purpose: Local Governance; 
Contract action type: Contract; 
Amount obligated: $85,000,000. 

Total, U.S. Agency for International Development;
Amount obligated: $692,340,363. 

Contracting agency/ contractor[A]: Department of State: Dyncorp 
International LLC; 
Purpose: Construction and training at police training facility; 
Contract action type: Task order; 
Amount obligated: $44,817,427.36. 

Contracting agency/ contractor[A]: Department of State: Dyncorp 
International LLC; 
Purpose: Construction of police training facility; 
Contract action type: Task order; 
Amount obligated: $71,543,529.00. 

Contracting agency/ contractor[A]: Department of State: Triple Canopy, 
Inc; 
Purpose: Local guard services; 
Contract action type: Contract; 
Amount obligated: $73,344,007.29. 

Contracting agency/ contractor[A]: Department of State: Triple Canopy, 
Inc; 
Purpose: Personal protective services; 
Contract action type: Contract; 
Amount obligated: $20,800,000.00. 

Contracting agency/ contractor[A]: Department of State: Blackwater 
Security Consultants, Inc; 
Purpose: Personal protective services; 
Contract action type: Contract; 
Amount obligated: $24,360,000.00. 

Total, Department of State; 
Amount obligated: $234,864,963.65[B]. 

Grand Total; Purpose: [Empty]; 
Amount obligated: $1,548,404,050.00. 

Source: GAO. 

[A] Names of Iraqi firms not listed. 

[B] The two State contracts for personal protective services were only 
partially funded with IRRF. Obligations totals listed for these 
contracts represent only those obligations made with IRRF funds. 

[End of table] 

[End of section] 

Appendix III: Actions Taken in Response to GAO-04-605, Rebuilding Iraq: 
Fiscal Year 2003 Contract Award Procedures and Management Challenges: 

GAO recommendations from GAO-04-605 Iraq reconstruction contracting: 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, the Secretary of the Army should review the out-
of-scope task orders for Iraqi media and subject matter experts issued 
by the Defense Contracting Command-Washington (DCC-W) and take any 
necessary remedial actions; 
Actions taken according to DOD officials: DCC-W agreed with the GAO 
findings concerning out-of-scope work for the orders awarded to SAIC 
for the Iraqi Media Network and the subject matter experts. Contracting 
officers ordering the out-of-scope work have been made aware that their 
actions were improper. DCC-W has instituted agencywide training in a 
number of topics, including the need to carefully review the scope of 
work of a contract to determine what may be legitimately ordered from 
that contract. This training will be periodically repeated. In 
addition, its postaward reviews will include an assessment of whether 
requiring work is within the scope of the basic contract. GAO and DOD 
consider this recommendation closed. 

GAO recommendations from GAO-04-605 Iraq reconstruction contracting: 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, the Secretary of the Army should 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; 
Actions taken according to DOD officials: According to DOD, the 
Procuring Contracting Officer for the LOGCAP contract reviews each 
proposed scope of work that will result in a task order and makes a 
determination whether the action is within the scope of the contract 
and obtains appropriate legal advice as necessary. GAO and DOD consider 
this recommendation closed. 

GAO recommendations from GAO-04-605 Iraq reconstruction contracting: 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, the Secretary of the Army should 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; 
Actions taken according to DOD officials: As of June 2006, the 
justifications and approvals were being processed for Assistant 
Secretary of the Army for Acquisition, Logistics and Technology, 
approval. GAO considers this recommendation open, though Defense 
Procurement and Acquisition Policy has indicated that this 
recommendation will be closed in the near term. 

GAO recommendations from GAO-04-605 Iraq reconstruction contracting: 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, the Secretary of the Army should 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; 
Actions taken according to DOD officials: DOD has definitized, or 
reached agreement on key terms and conditions for, all of the six 
contract actions identified in our June 2004 report. We noted in our 
March 2005 report entitled, High-Level DOD Coordination is Needed to 
Further Improve the Management of the Army's LOGCAP Contract (GAO-05- 
328), that the Army had made improvements in definitizing task orders 
issued under the LOGCAP contract. GAO and DOD consider this 
recommendation closed. 

GAO recommendations from GAO-04-605 Iraq reconstruction contracting: To 
improve the delivery of acquisition support in future operations, the 
Secretary of Defense, in consultation with the Administrator, U.S. 
Agency for International Development, should evaluate the lessons 
learned in Iraq and develop a strategy for ensuring that adequate 
acquisition staff and other resources can be made available in a timely 
manner; 
Actions taken according to DOD officials: In November 2005, DOD issued 
directive 3000.05, Military Support for Stability, Security, 
Transition, and Reconstruction Operations, which, in part, required 
that DOD ensure proper oversight of contracts in stability operations 
and ensure U.S. commanders deployed in foreign countries are able to 
secure contract support rapidly. DOD is also working on developing 
joint contingency contracting policy and doctrine and assessing DOD's 
contract administration services capability for theater support 
contracts. The estimated completion data of the ongoing actions is fall 
2006. GAO considers this recommendation open. 

Source: GAO. 

[End of table] 

[End of section] 

Appendix IV: Comments from the Department of State: 

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

Ms. Jacquelyn Williams-Bridgers; 
Managing Director: 
International Affairs and Trade: 
Government Accountability Office: 
441 G Street, N.W. 
Washington, D.C. 20548-0001: 

SEP 29 2006: 

Dear Ms. Williams-Bridgers: 

We appreciate the opportunity to review your draft report, "Rebuilding 
Iraq: Status of Competition for Iraq Reconstruction Contracts," GAO Job 
Code 120547. 

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 Gary 
Cubbage, Policy Analyst, Bureau of Diplomatic Security, at (571) 345-
2743. 

Sincerely, 

Signed by: 

Bradford R. Higgins: 

cc: GAO - Katherine France: 
DS - Richard J. Griffin: 
State/OIG - Mark Duda: 

Department of State Comments on GAO Draft Report Rebuilding Iraq: 
Status of Competition for Iraq Reconstruction Contracts (GAO-07-40, GAO 
Code 120547): 

The Department of State appreciates the opportunity to review and 
comment on the GAO Draft Report, "Rebuilding Iraq: Status of 
Competition for Iraq Reconstruction Contracts." Pursuant to the 
findings noted in the GAO draft report, the Department acknowledges 
that it had two instances identified in the report where it failed to 
carry out the requirement under Section 2202 of Public Law 108-106 
requiring Congressional Notifications prior to the award of non- 
competitive contracts with a value in excess of $5,000,000 funded from 
an IRRF appropriation. This was due to an administrative error and the 
Department greatly appreciates the GAO bringing this matter to our 
attention. 

During the period covered in the GAO report, October 1, 2003, through 
March 31, 2006, the Bureau of Diplomatic Security (DS) had four Iraq 
contracts, two of which were competed under full and open competition 
and two that were not. Of the two that were not, IRRF funds in the 
amount of $37,300,000 were inappropriately obligated on these 
contracts. In correcting the error, the Bureau discovered that another 
supplemental appropriation for Iraq operations, available at the time, 
was supposed to have been used to fund these contracts. In August 2006, 
the Bureau de-obligated the IRRF funding in each of the two contracts 
and replaced them with Diplomatic and Consular Program (D&CP) funding, 
which consequently negates the requirement for Congressional 
Notification for other than full-and-open competition. The IRRF funds 
were then obligated under contracts that were awarded on a competitive 
basis. Additionally, DS has implemented procedures to ensure that 
everyone in the procurement chain is notified of funding types, 
limitations, and reporting requirements in order to advise the 
Contracting Officer how to proceed on the solicitation of any contracts 
being funded from these sources. Furthermore, the Worldwide Personal 
Protective Services (WPPS) II contract has been awarded and all former 
and new DS contract efforts in Iraq are now competed under Full and 
Open Competition. 

Again, the Department acknowledges its error, the assistance GAO 
provided in bringing this matter to our attention and its appreciation 
for reflecting our corrective actions in the draft report. 

[End of section] 

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

USAID: 

From The American People: 

OCT - 2 2006: 

John P. Hutton: 
Director: 
Acquisition and Sourcing Management: 
U.S. Government Accountability Office: 
441 G Street, N.W. 
Washington, D.C. 20548: 

Dear Mr. Hutton: 

I am pleased to provide the U.S. Agency for International Development's 
(USAID) formal response on the draft GAO report entitled Rebuilding 
Iraq: Status of Competition for Iraq Reconstruction Contracts (GAO-07- 
40). 

USAID has reviewed the report and finds it to be factually correct. We 
have no further comments on the report at this time. 

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

Sincerely, 

Signed by; 

Mosina H. Jordan:  
Counselor to the Agency: 

U.S. Agency for International Development: 
1300 Pennsylvania Avenue, NW: 
Washington, DC 20523: 
www.usaid.gov: 

[End of section] 

Appendix VI: GAO Contacts and Acknowledgments: 

GAO Contacts: 

John Hutton, (202) 512-4841: 

Acknowledgments: 

Major contributors to this report were John Neumann, Daniel Chen, Kate 
France, Julia Kennon, John Krump, Art James, Shannon Simpson, Karen 
Sloan, Adam Vodraska, and Aaron Young. 

FOOTNOTES 

[1] Emergency Supplemental Appropriations Act for Defense and for the 
Reconstruction of Iraq and Afghanistan, 2004 § 2202 (Pub. L. No. 108- 
106, Nov. 6, 2003). 

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

[3] A task order means an order for services placed against an 
established contract or with Government sources. Task orders are deemed 
by law to satisfy competition requirements if they are within the scope 
of the work, period of performance, or maximum value of a properly 
awarded underlying contract. The scope, period, or maximum value may be 
increased only by modification of the contract and competitive 
procedures are required to be used for any such increase unless an 
authorized exception applies. If more than one contractor was awarded 
the same underlying task order contract, this is referred to as a 
multiple award indefinite delivery/indefinite quantity (IDIQ) contract. 
Generally, in issuing a task order under such a contract, a contracting 
officer is required to provide each awardee a "fair opportunity" to be 
considered for each order exceeding $2,500 unless a statutory exception 
applies. Special competition requirements apply to certain orders for 
services by or on behalf of DOD under section 803 of the National 
Defense Authorization Act of Fiscal Year 2002 (Pub. L. No.107-107). 

[4] H.R. Conf. Rep. No. 109-360, at page 765 (2005). 

[5] This report focuses on reconstruction contract actions awarded 
using IRRF funds. Funds from the first IRRF appropriation were 
available to the Department of State, the United States Agency for 
International Development, the Department of the Treasury, the 
Department of Defense, and the Department of Health and Human Services; 
funds from the second IRRF appropriation were available to the same 
five agencies, as well as the Coalition Provisional Authority. Other 
sources of U.S. funding for Iraq military, reconstruction and 
stabilization efforts, such as the Iraq Security Forces Fund, were not 
included in our review. 

[6] For purposes of this report, the terms "contract action" and 
"award" refer not only to the award of a new contract, but also to a 
modification to an existing contract treated as a non-competitive award 
(i.e., increases the contract's scope, period of performance, or 
maximum value), as well as to the issuance of a task order under a 
multiple-award IDIQ contract. 

[7] For purposes of this report, "noncompetitive" procedures shall 
include the use of other than full and open competition procedures 
authorized under FAR subpart 6.3 (2005), the use of statutory 
exceptions to the "fair opportunity" ordering procedures for multiple 
award IDIQ contracts under FAR § 16.505(b)(2), and State and USAID use 
of other statutory exceptions, specifically 40 U.S.C. § 113(e) (Supp. 
III 2003). 

[8] Pub. L. No. 108-106, Nov. 6, 2003. 

[9] Pub. L. No. 108-11, Apr. 16, 2003. 

[10] Pub. L. No. 108-106. 

[11] These sectors are Security and Law Enforcement; Electricity; Oil 
Infrastructure; Justice, Public Safety and Civil Society; Education, 
Refugees, Human Rights, Governance; Roads, Bridges, and Construction; 
Health Care; Transportation and Communications; Water Resources and 
Sanitation; and Private Sector Development. 

[12] The statutory exception had to be properly documented and approved 
by the head of the contracting agency and the Administrator of the 
Coalition Provisional Authority. 

[13] 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 FAR, 48 C.F.R. part 6 and 
corresponding agency supplements. 

[14] The scope, period of performance, or maximum value may be 
increased only by modification of the contract, and competitive 
procedures are required to be used for any such increase unless an 
authorized exception applies. For multiple award IDIQ contracts, all of 
the contractors are required to be provided a fair opportunity to be 
considered for the task order. Special competition requirements apply 
to certain orders for services by or on behalf of DOD. 

[15] On December 5, 2003, the Deputy Secretary of Defense issued a 
Determination and Findings limiting competition for 26 construction and 
services contracts to firms from the United States, Iraq, Coalition 
partners, and force contributing nations. While competition was limited 
to firms from these countries, DOD components used competitive 
procedures required by the FAR to award these contracts. These contract 
award obligations represent approximately $2.69 billion in competitive 
actions of the $7.02 billion in DOD IRRF contract obligations included 
in our review. 

[16] The FPDS was implemented in 1978 to collect information about 
federal procurement contracts. Congress, GAO, executive branch 
agencies, and the public rely on FPDS data for information on agency 
contracting actions, governmentwide procurement trends, and achievement 
of small business goals. 

[17] USAID is authorized under statute to limit competition when full 
and open competition would impair the administration of a foreign aid 
program. 40 U.S.C. § 113(e) (Supp. III 2003) (formerly 40 U.S.C. § 
474); 48 C.F.R. § 706.302-70 (2005). 

[18] Ratification is the act of approving an unauthorized commitment by 
an official who has the authority to do so. The unauthorized commitment 
is not binding solely because the Government representative who made it 
lacked the authority to enter into the agreement on behalf of the 
Government. 

[19] The 8(a) Business Development program refers to section 8(a) of 
the Small Business Act, which establishes a program authorizing the 
Small Business Administration to enter into contracts with other 
agencies and let subcontracts for performing those contracts to firms 
eligible for program participation (small disadvantaged business 
concerns). In some cases, such as for DOD, the Small Business 
Adminisration has delegated its 8(a) program contract execution 
function authority to the agency. Per FAR 6.203, separate justification 
or determination and findings are not required to set aside a contract 
for small business concerns. FAR 6.203(b) (Jan. 2006). 

[20] The termination clause in Government contracts provides for the 
complete or partial termination of contracts for the convenience of the 
Government or default of the contractor. The authority to terminate 
contracts resides in the contracting officer and shall only be used, 
whether for default or convenience, when it is in the Government's 
interest. FAR Part 49, Termination of Contracts (Jan. 2006). 

[21] 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. § 474 
(2000), was recently recodified and enacted into positive law, 40 
U.S.C. § 113(e) (Supp. III 2003), by Pub. L. No. 107-217, § 1, 116 
Stat. 1062, 1066 (2002). This authority is implemented in section 
706.302-70 of the AIDAR. 

[22] FAR 16.505(b)(1) (Jan. 2006). 

[23] A letter contract is a written preliminary contractual instrument 
that authorizes the contractor to begin immediately manufacturing 
supplies or performing services. It is used when the Government's 
interests demand that the contractor be given a binding commitment so 
that work can start immediately and negotiating a definitive contract 
is not possible in sufficient time to meet the requirement. 

[24] We found that DOD, USAID, and State each provided one notification 
to Congress for IRRF-funded actions not included in our 51 selected 
contract actions. 

GAO's Mission: 

The Government Accountability 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. Government Accountability 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. Government Accountability Office, 

441 G Street NW, Room 7149 

Washington, D.C. 20548: