Billion-Dollar Lottery Tickets
The Department of Defense spent over $400 billion on contracts in fiscal year 2025, and a growing share of that spending flows through Indefinite Delivery, Indefinite Quantity contracts -- known as IDIQs. These instruments let the government establish a pool of pre-approved vendors, then issue individual task orders as needs arise. In theory, they streamline procurement. In practice, according to a sharp analysis from the Defense Tech and Acquisition team with guest expert Chelsea Roberts of Collaborative Compositions, the biggest multiple-award IDIQs have become bureaucratic theater.
The authors waste no time with their verdict:
These are mostly billion-dollar lottery tickets that look shiny on paper but are likely to fall way short of DoW goals.
That framing -- lottery tickets -- captures the central complaint. Companies invest significant time and money to win a spot on these massive contract vehicles, only to discover that the actual work either never materializes or gets competed in ways that favor the usual suspects.
The Policy Contradiction
The piece opens by arguing that these mega-IDIQs directly contradict the Pentagon's own reform guidance. The Transforming the Defense Acquisition System memo and accompanying Acquisition Transformation Strategy call for prioritizing non-Federal Acquisition Regulation (FAR) procurement methods, preferencing commercial products, and employing streamlined approaches like Commercial Solutions Openings (CSOs). Multiple-award IDIQs, as structured in the examples examined, do none of this.
Roberts and the Defense Tech and Acquisition editors identify a structural mismatch that goes beyond mere policy noncompliance. The problem is incentive alignment:
IDIQs are structurally optimized for government administrative convenience e.g. terms and conditions can be set upfront but not necessarily for driving innovation or meaningful competition at the point of execution.
This is the kind of observation that sounds obvious once stated but rarely gets acknowledged in acquisition circles. The government likes IDIQs because they reduce upfront contracting workload. But that convenience comes at a cost -- rigidity when flexibility matters most.
The authors also highlight the small business trap. Companies burn through limited resources competing for a base award, then discover they cannot actually win task orders. The article puts it bluntly:
IDIQs rarely reward SB participation...as they often spend scarce resources to get on the base award only to realize afterwards (due to limited transparency from the government upfront) that they aren't competitive for any specific task orders.
SHIELD: $151 Billion in Name Only
The first case study is the Missile Defense Agency's (MDA) SHIELD contract, advertised with a staggering $151 billion ceiling. The authors methodically dismantle that number. MDA's actual fiscal year 2026 investment request was $13.1 billion, with roughly $6.8 billion in reconciliation funds. Major programs like Terminal High Altitude Area Defense (THAAD) and Standard Missile production already have sole-source contracts. The hypersonic defense interceptors went to selected winners. Even recent solicitations for the Low-Cost Interceptor and High-Altitude Infrared Search and Track were issued under a different contract vehicle entirely.
Real executable dollars -- and capabilities -- on SHIELD look vanishingly small.
The entry bar for SHIELD was remarkably low. Offerors needed only to describe their experience and relevancy to two of nineteen technical areas. The result: over 2,440 companies were admitted, including more than 1,600 small businesses. For what the authors note is "the Administration's prestige acquisition program," the selection process was closer to an open enrollment than a competitive down-select.
One could argue that casting a wide net for Golden Dome -- the Administration's homeland missile defense initiative -- makes strategic sense. A broader pool might surface unexpected capabilities. But the authors counter that SHIELD includes no meaningful performance off-ramps. The only consequence for poor performance is potential removal if a vendor is "non-responsive or fails to submit a quote within a 12-month window." That is an exceptionally low bar for a program the Pentagon has framed as a national priority.
The commercial orientation is equally thin. Despite claiming to support "commercial service and commodities," the contract details over a hundred pages of clauses, including one requiring approval to incorporate commercial software. The authors note language that amounts to:
Minimizing restrictions on IP rights "that impact the Government's total life cycle costs both in costs attributable to royalties from required licenses, and in costs associated with the inability to obtain competition in future" which is code for Government Purpose Rights.
For any commercial vendor evaluating whether to participate, that language signals the government wants to own what it buys -- not license it. That is a powerful deterrent to the very commercial innovation the Pentagon says it wants.
AFRL: Rewarding Incumbency Over Innovation
The second case study is the Air Force Research Laboratory (AFRL) Multiple Award Contract, intended to provide "an agile and rapid acquisition vehicle" for science and technology requirements. The authors find it is neither agile nor rapid in practice.
The core problem is that selection hinges entirely on past experience rather than demonstrated capability or problem-solving ability:
Awards hinge on having relevant technical experience, not an offeror's performance or ability to solve problems in a collaborative manner. This heavily favors entrenched incumbents and stifles truly novel concepts or approaches.
The experience requirements are especially punishing for specialists. A company building next-generation directed energy interceptors might have deep expertise in four technical areas but still fall short of the five-area minimum for a single domain. The authors walk through the math: even the most experienced team in the industry could be disqualified if their excellence is concentrated rather than spread thin.
There is a fairness counterpoint worth raising here. Requiring breadth across technical areas is the government's way of ensuring vendors can handle the full scope of task orders that might emerge. A vendor excellent in one niche may not be operationally useful across the breadth of AFRL's research portfolio. The authors are correct that this penalizes specialists, but it is not an irrational design choice -- just one that privileges versatility over depth.
The solicitation also forces vendors into an awkward choice between the Unrestricted Pool and the Small Business Pool, with no option to compete in both. The authors point out the absurdity of one provision in particular:
Even vendors participating in the Small Business pool would need to commit to including small businesses (even identifying the specific company names) in their work -- which is frankly ridiculous.
Small businesses being required to subcontract to other small businesses is the kind of regulatory layering that makes defense acquisition the subject of so much justified criticism.
The Alternative: CSOs and Other Transactions
The article does not merely criticize. It proposes a specific alternative: pairing Commercial Solutions Openings with Other Transaction (OT) agreements. CSOs allow the government to solicit innovative commercial solutions without the full weight of FAR-based procurement. OTs provide contract mechanisms with more flexible terms, easier on-ramp and off-ramp provisions, and fewer barriers for non-traditional defense contractors.
The authors argue this combination addresses the core failures of the mega-IDIQ approach:
The CSO+OT doesn't overcomplicate or oversimplify the selection process, and it doesn't drive a lot of overhead in execution. Most importantly these constructs are more aligned with procurement of commercial solutions.
They cite two concrete examples. United States Special Operations Command (USSOCOM) issued a CSO for an Innovative Technology and Agile Acquisition vehicle supporting rapid fielding and prototype projects. The Naval Information Warfare Center - Pacific issued a CSO to accelerate commercial technology acquisition for the Navy and joint warfighter. Both give themselves flexibility to use either FAR or OT-based rules depending on the vendor selected.
OT consortia also get a measured endorsement. The authors acknowledge the controversy around consortium management fees but argue the benefits -- seamless vendor addition and removal, experienced contracting support, and better matchmaking between companies -- outweigh the costs. This is a pragmatic position. Consortia are imperfect, but they represent a more dynamic alternative to the static vendor pools that IDIQs create.
Bottom Line
Roberts and the Defense Tech and Acquisition team have produced a technically grounded critique of how the Pentagon's largest IDIQ contracts undermine the very acquisition reform the department claims to pursue. The SHIELD and AFRL examples are not edge cases -- they represent a systemic pattern where administrative convenience trumps competitive outcomes and commercial participation.
The authors close with a call that deserves wider circulation:
If there are barriers to using the preferred approach, elevate that to leadership and push to build that capability in your shop...be it Agreement Officer billets or CSO authority.
The gap between acquisition policy and acquisition practice is not a mystery. It is a choice made every time a contracting office reaches for the familiar IDIQ template instead of building the organizational muscle to execute CSOs and OTs. Whether the Pentagon's reform rhetoric will ever catch up to its contracting habits remains, as always, the open question.