DoD's $170.5M Lockheed Martin contract for aircraft maintenance IT systems lacks competition, raising value concerns

Contract Overview

Contract Amount: $170,501,011 ($170.5M)

Contractor: Lockheed Martin Corporation

Awarding Agency: Department of Defense

Start Date: 2023-01-01

End Date: 2027-12-31

Contract Duration: 1,825 days

Daily Burn Rate: $93.4K/day

Competition Type: NOT COMPETED

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: INTEGRATED MAINTENANCE INFROMATION SYSTEM SUSTAINMENT SERVICES

Place of Performance

Location: FORT WORTH, TARRANT County, TEXAS, 76108

State: Texas Government Spending

Plain-Language Summary

Department of Defense obligated $170.5 million to LOCKHEED MARTIN CORPORATION for work described as: INTEGRATED MAINTENANCE INFROMATION SYSTEM SUSTAINMENT SERVICES Key points: 1. Contract awarded on a sole-source basis, limiting price discovery and potentially increasing costs. 2. The contract's cost-plus-fixed-fee structure may incentivize higher spending. 3. Lack of competition raises questions about whether the government is receiving the best value. 4. Performance period spans over five years, indicating a long-term reliance on the incumbent. 5. The contract supports critical aircraft maintenance IT systems for the Air Force. 6. The awardee, Lockheed Martin, is a major defense contractor with extensive experience.

Value Assessment

Rating: questionable

Benchmarking the value of this contract is challenging due to its sole-source nature and cost-plus-fixed-fee structure. Without competitive bids, it's difficult to ascertain if the $170.5 million price tag represents a fair market value. The cost-plus-fixed-fee pricing model, while offering flexibility, can sometimes lead to higher overall costs compared to fixed-price contracts, especially if not rigorously managed. Further analysis of the contractor's historical performance and cost data would be needed to provide a more definitive value assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning it was not competed among multiple potential bidders. This approach is typically used when only one source is capable of meeting the government's needs, often due to proprietary technology, unique capabilities, or urgent requirements. The absence of competition means that the government did not benefit from the price reductions and innovation that can arise from a competitive bidding process. This limits the government's ability to explore alternative solutions or secure more favorable pricing.

Taxpayer Impact: Taxpayers may be paying a premium due to the lack of competitive pressure. Without competing offers, there is less incentive for the contractor to offer the lowest possible price, potentially leading to higher overall expenditure for the government.

Public Impact

The primary beneficiaries are the Department of the Air Force, which receives essential IT sustainment services for its aircraft maintenance operations. The contract ensures the continued functionality and support of the Integrated Maintenance Information System (IMIS). This system is crucial for tracking aircraft maintenance schedules, parts, and personnel, directly impacting operational readiness. The geographic impact is primarily within the United States, supporting Air Force bases and operations. The contract sustains jobs within Lockheed Martin, contributing to the aerospace and defense workforce.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pressure, potentially leading to higher costs for taxpayers.
  • Cost-plus-fixed-fee contract structure may not always yield the best value without stringent oversight.
  • Long-term reliance on a single contractor could create vendor lock-in and reduce future flexibility.
  • Lack of transparency in the sole-source justification could obscure potential alternatives.
  • The significant dollar value of the contract warrants close scrutiny of performance and costs.

Positive Signals

  • Awardee is a highly experienced and established defense contractor with a proven track record.
  • The contract supports a critical IT system essential for Air Force operational readiness.
  • The long contract duration (5 years) suggests a stable and reliable service provision.
  • The fixed fee component of the contract provides some cost certainty for a portion of the award.

Sector Analysis

The aerospace and defense sector is characterized by large, complex contracts often awarded to a limited number of major prime contractors. IT sustainment services are a critical component of maintaining the operational readiness of military assets. Spending in this area is substantial, with significant government investment in maintaining and upgrading complex IT systems that support everything from logistics to mission planning. This contract fits within the broader category of defense IT services, where incumbent relationships and specialized knowledge often play a role in contract awards.

Small Business Impact

This contract does not appear to have a small business set-aside component, as indicated by `sb: false`. Furthermore, the prime contractor is Lockheed Martin Corporation, a large aerospace and defense company. While large prime contractors are often required to subcontract a portion of their work to small businesses, the specific subcontracting plan for this contract is not detailed here. The absence of a direct small business set-aside means that opportunities for small businesses to compete directly for this prime contract were not available.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of the Air Force's contracting and program management offices. As a sole-source award, there may be heightened scrutiny on cost justification and performance monitoring. Inspector General (IG) jurisdiction would apply to investigations of fraud, waste, or abuse related to the contract. Transparency is limited due to the sole-source nature, but contract award details are publicly available through federal procurement databases.

Related Government Programs

  • Air Force Logistics IT Systems
  • Defense Maintenance Management Systems
  • Aircraft Readiness Support Services
  • DoD IT Sustainment Contracts
  • Lockheed Martin Defense Contracts

Risk Flags

  • Sole-source award
  • Cost-plus-fixed-fee pricing
  • Lack of competition
  • Long-term contract duration

Tags

defense, department-of-defense, air-force, it-services, sustainment, lockheed-martin-corporATION, sole-source, cost-plus-fixed-fee, aircraft-manufacturing, texas, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $170.5 million to LOCKHEED MARTIN CORPORATION. INTEGRATED MAINTENANCE INFROMATION SYSTEM SUSTAINMENT SERVICES

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 $170.5 million.

What is the period of performance?

Start: 2023-01-01. End: 2027-12-31.

What is Lockheed Martin's track record with similar IT sustainment contracts for the Department of Defense?

Lockheed Martin Corporation has a long and extensive history of providing IT sustainment and support services to the Department of Defense across various branches and agencies. They are a major defense contractor involved in numerous complex systems, including logistics, command and control, and aircraft systems. Their track record typically involves managing large-scale IT infrastructure, software development, maintenance, and modernization efforts. While specific performance metrics for individual contracts are often proprietary or not publicly detailed, Lockheed Martin generally possesses the scale and experience to handle substantial IT sustainment requirements. However, the effectiveness and value derived from these contracts can vary, and scrutiny often focuses on cost control and delivery against requirements, especially in sole-source or cost-plus arrangements.

How does the cost-plus-fixed-fee (CPFF) structure compare to other contract types in terms of value for money in IT sustainment?

The Cost-Plus-Fixed-Fee (CPFF) contract type is often used when the scope of work is not precisely defined, or when there is a high degree of uncertainty in the costs involved, such as in research and development or complex IT sustainment with evolving requirements. In a CPFF contract, the contractor is reimbursed for allowable costs plus a fixed fee representing profit. While this structure provides flexibility and can encourage innovation by reducing the contractor's risk, it generally offers less value for money compared to fixed-price contracts (like Firm-Fixed-Price or Fixed-Price Incentive Fee) when the scope is well-defined. With fixed-price contracts, the contractor bears more risk for cost overruns, incentivizing efficiency and cost control. For IT sustainment, if requirements are stable, a fixed-price approach often yields better value for the government. The CPFF structure necessitates robust government oversight to manage costs effectively and ensure the fixed fee remains appropriate.

What are the primary risks associated with a sole-source award for critical IT sustainment services?

The primary risks associated with a sole-source award for critical IT sustainment services include a lack of competitive pressure, which can lead to inflated prices and reduced incentives for efficiency and innovation. Without competing bids, the government may not be obtaining the best possible value for its investment. There's also a risk of vendor lock-in, where the government becomes overly dependent on a single provider, making it difficult and costly to switch contractors in the future, even if performance or pricing becomes unsatisfactory. Furthermore, sole-source awards can sometimes indicate a failure in market research or planning, potentially overlooking capable alternative providers. This lack of competition can also reduce transparency in the procurement process, making it harder for the public and oversight bodies to assess the fairness and reasonableness of the award and associated costs.

What is the historical spending pattern for Integrated Maintenance Information System (IMIS) sustainment services?

Detailed historical spending patterns specifically for the Integrated Maintenance Information System (IMIS) sustainment services prior to this $170.5 million award are not explicitly provided in the abbreviated data. However, it is reasonable to infer that sustainment of such a critical IT system for the Air Force would involve consistent, multi-year funding. Such systems typically require ongoing support, updates, and maintenance to remain operational and effective. The duration of this new contract (2023-2027) suggests a continuation of support, likely building upon previous sustainment efforts. To understand historical patterns fully, one would need to access detailed contract histories for IMIS sustainment, potentially revealing trends in spending, contract types, and awarded vendors over previous periods.

How does the $170.5 million contract value compare to the total IT spending within the Department of the Air Force?

The $170.5 million contract value represents a significant investment, but its proportion within the Department of the Air Force's total IT spending requires broader context. The Air Force, like other branches of the DoD, manages an extensive portfolio of IT systems and services, encompassing everything from enterprise resource planning and cybersecurity to network infrastructure and specialized mission systems. Total annual IT spending for the Air Force can run into the billions of dollars. Therefore, while $170.5 million is a substantial sum for a single contract, it is likely a component of a much larger overall IT budget. To assess its relative size, one would need to compare it against the Air Force's annual IT budget or the total spending on sustainment services across all its IT assets.

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

Solicitation ID: FA820516R0001

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: $270,553,243

Exercised Options: $170,501,011

Current Obligation: $170,501,011

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: 2023-01-01

Current End Date: 2027-12-31

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

Last Modified: 2026-01-28

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