Air Force's $73.7M Minuteman III SERV contract awarded to Lockheed Martin raises value concerns

Contract Overview

Contract Amount: $73,699,037 ($73.7M)

Contractor: Lockheed Martin Corporation

Awarding Agency: Department of Defense

Start Date: 2005-02-28

End Date: 2010-10-31

Contract Duration: 2,071 days

Daily Burn Rate: $35.6K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: COST PLUS INCENTIVE

Sector: Defense

Official Description: SAFETY ENHANCED RE-ENTRY VEHICLE (SERV) SUPPORT EQUIPMENT (SE) PRODUCTION FOR THE MINUTEMAN III MISSILE SYSTEM.

Place of Performance

Location: KING OF PRUSSIA, MONTGOMERY County, PENNSYLVANIA, 19406

State: Pennsylvania Government Spending

Plain-Language Summary

Department of Defense obligated $73.7 million to LOCKHEED MARTIN CORPORATION for work described as: SAFETY ENHANCED RE-ENTRY VEHICLE (SERV) SUPPORT EQUIPMENT (SE) PRODUCTION FOR THE MINUTEMAN III MISSILE SYSTEM. Key points: 1. Contract awarded on a cost-plus-incentive fee basis, which can lead to cost overruns. 2. Sole-source award limits opportunities for competitive pricing and potential savings. 3. Long contract duration (2071 days) increases exposure to market volatility and scope creep. 4. Lack of competition suggests potential for reduced price discovery and less favorable terms. 5. Contract focuses on specialized support equipment, indicating a niche but critical role. 6. Historical spending on similar support equipment should be benchmarked for value assessment.

Value Assessment

Rating: questionable

The contract's cost-plus-incentive fee structure, combined with a sole-source award, presents a risk to achieving optimal value for money. Without competitive pressure, the pricing is less likely to be benchmarked against market rates or alternative solutions. The total value of $73.7 million over approximately five years warrants a detailed cost breakdown analysis to ensure reasonableness, especially given the lack of transparency inherent in non-competed contracts. Benchmarking against similar support equipment contracts for strategic missile systems would be crucial for a comprehensive value assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning there was no open competition. The justification for this approach is not detailed here but typically involves unique capabilities, proprietary technology, or urgent needs where only one source can fulfill the requirement. The absence of multiple bidders means that the government did not benefit from a competitive bidding process, which usually drives down prices and encourages innovation. This limits the government's ability to negotiate the best possible terms and pricing.

Taxpayer Impact: Taxpayers may have paid a premium due to the lack of competition. Without competing offers, there is a reduced incentive for the contractor to offer the lowest possible price, potentially leading to higher overall expenditure for this critical support equipment.

Public Impact

The primary beneficiaries are the Department of the Air Force and the personnel responsible for maintaining the Minuteman III missile system. The contract delivers essential support equipment for the SAFETY ENHANCED RE-ENTRY VEHICLE (SERV) component of the Minuteman III. Geographic impact is likely concentrated around Air Force bases housing the Minuteman III system, primarily in the continental United States. Workforce implications include specialized technical roles for manufacturing, quality assurance, and logistics related to the support equipment.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Cost-plus-incentive fee structure can incentivize cost overruns.
  • Sole-source award limits price discovery and potential savings.
  • Long contract duration increases risk of cost escalation and scope creep.
  • Lack of competition may result in less favorable terms for the government.
  • Specific performance metrics and their impact on contractor incentives are not detailed.

Positive Signals

  • Contract supports a critical national defense asset (Minuteman III missile system).
  • Focus on specialized support equipment indicates a need for specific technical expertise.
  • Award to a known defense contractor (Lockheed Martin) suggests established capabilities.
  • Incentive fee structure, if well-defined, can align contractor and government interests towards specific goals.

Sector Analysis

This contract falls within the aerospace and defense manufacturing sector, specifically focusing on strategic missile system components. The market for such specialized equipment is often characterized by high barriers to entry, significant R&D investment, and a limited number of qualified suppliers. Comparable spending benchmarks would likely be found within other strategic weapons system sustainment contracts, though direct comparisons may be difficult due to the unique nature of the SERV support equipment.

Small Business Impact

The contract data indicates that small business participation was not a primary consideration, as the award was made to Lockheed Martin Corporation and no small business set-aside flags are present. There is no explicit information regarding subcontracting plans for small businesses. This suggests that the primary focus was on the prime contractor's capabilities, potentially limiting opportunities for small businesses to participate in this specific contract's supply chain.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of the Air Force's contracting and program management offices. Accountability measures would be tied to the terms of the cost-plus-incentive fee contract, including performance milestones and cost controls. Transparency may be limited due to the sole-source nature and the classified aspects of strategic weapon systems. Inspector General jurisdiction would apply for investigations into fraud, waste, or abuse.

Related Government Programs

  • Minuteman III Missile System Sustainment
  • Strategic Weapons System Support Equipment
  • Aerospace and Defense Manufacturing Contracts
  • Re-entry Vehicle Technology Programs
  • Cost-Plus-Incentive Fee Contracts

Risk Flags

  • Sole-source award
  • Cost-plus-incentive fee structure
  • Long contract duration
  • Lack of detailed performance metrics in summary data

Tags

defense, department-of-defense, air-force, minuteman-iii, serv, lockheed-martin, sole-source, cost-plus-incentive, missile-systems, support-equipment, pennsylvania, strategic-weapons

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $73.7 million to LOCKHEED MARTIN CORPORATION. SAFETY ENHANCED RE-ENTRY VEHICLE (SERV) SUPPORT EQUIPMENT (SE) PRODUCTION FOR THE MINUTEMAN III MISSILE SYSTEM.

Who is the contractor on this award?

The obligated recipient is LOCKHEED MARTIN CORPORATION.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Air Force).

What is the total obligated amount?

The obligated amount is $73.7 million.

What is the period of performance?

Start: 2005-02-28. End: 2010-10-31.

What is the specific justification for the sole-source award of this contract?

The provided data does not include the specific justification for the sole-source award. Typically, sole-source contracts are awarded when only one responsible source is available or capable of meeting the government's requirements. This could be due to proprietary technology, unique capabilities, or a lack of competition within the specialized field of Minuteman III SERV support equipment. Without further documentation, such as a Justification and Approval (J&A) document, the precise reasons remain unclear. This lack of transparency is a common concern with sole-source procurements, as it limits the public's understanding of why competitive processes were bypassed.

How does the cost-plus-incentive fee (CPIF) structure compare to other contract types for similar defense equipment?

Cost-plus-incentive fee (CPIF) contracts are often used for complex development or production efforts where cost targets are difficult to establish precisely upfront, but performance goals are identifiable. Unlike fixed-price contracts, CPIF allows for cost reimbursement plus a fee that is adjusted based on performance against targets (e.g., cost, schedule, performance). Compared to Cost Plus Fixed Fee (CPFF), CPIF offers greater incentive for the contractor to control costs. However, compared to fixed-price contracts, CPIF inherently carries more cost risk for the government, as costs are reimbursed. For specialized defense equipment, CPIF is common when innovation or adaptation is required, but it necessitates robust government oversight to manage costs effectively.

What are the potential risks associated with the long contract duration (2071 days)?

A contract duration of 2071 days (approximately 5.7 years) for specialized support equipment presents several potential risks. Firstly, it increases the likelihood of cost escalation due to inflation, material price fluctuations, and potential changes in labor costs over an extended period. Secondly, the longer timeframe provides more opportunities for the scope of work to 'creep,' where additional requirements or modifications are added without adequate adjustments to the contract's ceiling price or fee structure. Thirdly, technological advancements in related fields could render the procured equipment less effective or obsolete before the contract concludes. Finally, maintaining consistent oversight and contractor performance management over such a long duration requires sustained effort and resources from the contracting agency.

What is Lockheed Martin Corporation's track record with Minuteman III related contracts?

Lockheed Martin Corporation has a long-standing and significant role in the Minuteman III program, serving as the prime contractor for sustainment and modernization efforts. They have been involved in various aspects of the missile system's life cycle, including upgrades, maintenance, and component production. Their extensive experience suggests a deep understanding of the system's complexities and requirements. However, like any large defense contractor, their performance on specific contracts can vary, and scrutiny of individual awards, especially sole-source ones, is warranted to ensure fair pricing and effective execution.

How does the $73.7 million total contract value compare to historical spending on Minuteman III support equipment?

Without specific historical spending data for comparable Minuteman III SERV support equipment contracts, a direct comparison of the $73.7 million value is challenging. However, considering the strategic importance and specialized nature of the Minuteman III system, this figure represents a substantial investment. To assess value, this amount should be benchmarked against the total program costs, the number of units procured, and the duration of the contract. Analyzing trends in spending on similar components over different phases of the Minuteman III's operational life would provide better context for determining if this contract represents reasonable or excessive expenditure.

What are the primary performance metrics and incentives within this contract?

The provided data specifies the contract type as 'COST PLUS INCENTIVE' (PT: "COST PLUS INCENTIVE"), indicating that the contractor's fee is tied to achieving certain performance targets. However, the specific metrics (e.g., delivery timelines, quality standards, cost reduction goals) and the associated incentive structure (e.g., target cost, minimum/maximum fee) are not detailed in the summary data. Effective oversight would require a clear understanding of these performance metrics and how they are measured and incentivized to ensure the contractor is motivated to deliver the required support equipment efficiently and effectively.

Industry Classification

NAICS: ManufacturingNavigational, Measuring, Electromedical, and Control Instruments ManufacturingSearch, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing

Product/Service Code: GUIDED MISSLES

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Offers Received: 1

Pricing Type: COST PLUS INCENTIVE (V)

Evaluated Preference: NONE

Contractor Details

Address: 230 MALL BLVD, KING OF PRUSSI, PA

Business Categories: Category Business, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $73,699,037

Exercised Options: $73,699,037

Current Obligation: $73,699,037

Contract Characteristics

Cost or Pricing Data: YES

Timeline

Start Date: 2005-02-28

Current End Date: 2010-10-31

Potential End Date: 2010-10-31 00:00:00

Last Modified: 2014-07-18

More Contracts from Lockheed Martin Corporation

View all Lockheed Martin Corporation federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending