DoD Awards $45.6M to Lockheed Martin for F-22 Missile Detector Sustainment Amid Material Shortages

Contract Overview

Contract Amount: $45,595,823 ($45.6M)

Contractor: Lockheed Martin Corporation

Awarding Agency: Department of Defense

Start Date: 2018-11-29

End Date: 2025-07-31

Contract Duration: 2,436 days

Daily Burn Rate: $18.7K/day

Competition Type: NOT COMPETED

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: F-22 AIR VEHICLE SUSTAINMENT; DEVELOP MODIFIED DESIGN SOLUTION TO MITIGATE DIMINISHING MANUFACTURING SOURCES MATERIAL SHORTAGES FOR THE MISSILE LAUNCH DETECTOR.

Place of Performance

Location: FORT WORTH, TARRANT County, TEXAS, 76108

State: Texas Government Spending

Plain-Language Summary

Department of Defense obligated $45.6 million to LOCKHEED MARTIN CORPORATION for work described as: F-22 AIR VEHICLE SUSTAINMENT; DEVELOP MODIFIED DESIGN SOLUTION TO MITIGATE DIMINISHING MANUFACTURING SOURCES MATERIAL SHORTAGES FOR THE MISSILE LAUNCH DETECTOR. Key points: 1. Significant investment in sustaining aging F-22 fleet. 2. Sole-source award to Lockheed Martin highlights potential single-point-of-failure risk. 3. Focus on mitigating manufacturing source issues indicates long-term sustainment challenges. 4. High-value contract within the Aircraft Manufacturing sector.

Value Assessment

Rating: fair

The contract is a Cost Plus Fixed Fee type, which can lead to cost overruns if not managed carefully. Benchmarking against similar sustainment contracts for advanced aircraft is difficult due to the unique nature of the F-22 program.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed, likely due to the specialized nature of the F-22 and the specific components requiring modification. The lack of competition limits price discovery and potentially increases costs for the government.

Taxpayer Impact: Taxpayers bear the full cost of this sole-source award, with limited opportunity for competitive pricing to reduce the financial burden.

Public Impact

Ensures continued operational readiness of the F-22 fighter jet fleet. Addresses critical supply chain vulnerabilities for essential aircraft components. Supports high-tech manufacturing jobs within the aerospace industry.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competition and price negotiation.
  • Cost-plus contract type carries inherent risk of cost overruns.
  • Dependency on a single manufacturer for critical sustainment.

Positive Signals

  • Addresses critical diminishing manufacturing sources.
  • Maintains readiness of a key strategic asset.
  • Focus on technological solutions for material shortages.

Sector Analysis

This contract falls within the Aircraft Manufacturing sector, which is characterized by high R&D costs, long production cycles, and significant government reliance. Spending benchmarks for specialized sustainment of advanced platforms like the F-22 are often unique and not directly comparable to broader manufacturing indices.

Small Business Impact

This contract does not appear to directly involve small businesses as prime contractors. The nature of F-22 sustainment and component manufacturing typically requires large, specialized aerospace firms.

Oversight & Accountability

The Department of the Air Force is the contracting agency. Oversight will be crucial to manage the cost-plus fixed fee structure and ensure the effectiveness of the modified design solution in mitigating material shortages.

Related Government Programs

  • Aircraft Manufacturing
  • Department of Defense Contracting
  • Department of the Air Force Programs

Risk Flags

  • Sole-source award
  • Cost-plus contract type
  • Dependency on Lockheed Martin
  • Long-term sustainment challenges for aging aircraft
  • Potential for cost overruns

Tags

aircraft-manufacturing, department-of-defense, tx, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $45.6 million to LOCKHEED MARTIN CORPORATION. F-22 AIR VEHICLE SUSTAINMENT; DEVELOP MODIFIED DESIGN SOLUTION TO MITIGATE DIMINISHING MANUFACTURING SOURCES MATERIAL SHORTAGES FOR THE MISSILE LAUNCH DETECTOR.

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 $45.6 million.

What is the period of performance?

Start: 2018-11-29. End: 2025-07-31.

What is the projected cost savings or efficiency gain from the modified design solution compared to alternative approaches?

The specific cost savings or efficiency gains from the modified design solution are not detailed in the provided data. However, the primary objective is to mitigate diminishing manufacturing sources and material shortages, which implies a long-term cost avoidance strategy by ensuring continued availability of critical parts and reducing the risk of mission capability degradation.

What are the specific risks associated with the diminishing manufacturing sources and material shortages for the missile launch detector?

The primary risk is the potential inability to repair or maintain the missile launch detector due to the unavailability of original manufacturing sources or materials. This could lead to reduced combat effectiveness of the F-22, increased downtime for aircraft requiring these parts, and potentially higher costs if emergency, non-standard solutions are required.

How effective is the chosen 'modified design solution' in addressing the root causes of the manufacturing source issues?

The effectiveness of the 'modified design solution' is yet to be fully determined as it is a development effort. Its success hinges on the ability to create a viable, producible alternative that meets stringent military specifications and can be integrated without compromising the F-22's performance or safety. The long contract duration suggests a complex challenge.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingAircraft Manufacturing

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Parent Company: Lockheed Martin Corp

Address: 1 LOCKHEED BLVD BLDG 10, FORT WORTH, TX, 76108

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $45,595,823

Exercised Options: $45,595,823

Current Obligation: $45,595,823

Actual Outlays: $3,490,024

Subaward Activity

Number of Subawards: 3

Total Subaward Amount: $7,464,430

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: FA820518D0001

IDV Type: IDC

Timeline

Start Date: 2018-11-29

Current End Date: 2025-07-31

Potential End Date: 2027-12-31 00:00:00

Last Modified: 2025-04-28

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