DoD's $90M IMIS Re-architecture contract awarded to Lockheed Martin, raising questions about competition and value
Contract Overview
Contract Amount: $90,023,321 ($90.0M)
Contractor: Lockheed Martin Corporation
Awarding Agency: Department of Defense
Start Date: 2024-03-27
End Date: 2027-03-31
Contract Duration: 1,099 days
Daily Burn Rate: $81.9K/day
Competition Type: NOT COMPETED
Pricing Type: COST PLUS FIXED FEE
Sector: IT
Official Description: INTEGRATED MAINTENANCE INFORMATION SYSTEM (IMIS) RE-ARCHITECTURE
Place of Performance
Location: FORT WORTH, TARRANT County, TEXAS, 76108
State: Texas Government Spending
Plain-Language Summary
Department of Defense obligated $90.0 million to LOCKHEED MARTIN CORPORATION for work described as: INTEGRATED MAINTENANCE INFORMATION SYSTEM (IMIS) RE-ARCHITECTURE Key points: 1. The contract's cost-plus-fixed-fee structure warrants scrutiny for potential cost overruns. 2. Lack of competition suggests potential for higher pricing and reduced innovation. 3. The significant duration of the contract (nearly 3 years) requires ongoing performance monitoring. 4. This contract represents a substantial investment in modernizing critical Air Force systems. 5. The re-architecture aims to improve the efficiency and effectiveness of aircraft maintenance information. 6. The chosen pricing model may incentivize cost escalation if not closely managed.
Value Assessment
Rating: questionable
The $90 million contract awarded to Lockheed Martin for the IMIS re-architecture is a significant investment. Without comparable contract data for similar system re-architecture projects, it is difficult to benchmark the value definitively. The cost-plus-fixed-fee (CPFF) pricing structure, while common for complex IT projects, carries inherent risks of cost escalation if not rigorously managed and overseen. The base award amount of $8.19 million for initial work suggests a substantial overall project scope, and the final cost will depend heavily on the fixed fee and the actual costs incurred.
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. This approach is typically justified when a specific contractor possesses unique capabilities or when urgency precludes a competitive process. The absence of multiple bidders means that the government did not benefit from the price discovery and innovation that typically arises from a competitive bidding environment. This raises concerns about whether the government secured the best possible price and solution.
Taxpayer Impact: Taxpayers may have paid a premium due to the lack of competitive pressure. Without competing offers, there is a risk that the selected contractor's pricing may not be as aggressive as it would have been in a competitive scenario.
Public Impact
The primary beneficiaries are the Department of the Air Force and its personnel who will utilize the modernized IMIS system. The contract will deliver a re-architected Integrated Maintenance Information System, crucial for aircraft readiness and maintenance operations. The geographic impact is primarily within Air Force installations where aircraft maintenance is conducted, with potential for broader DoD application. The project will likely involve a team of IT professionals, software engineers, and subject matter experts, impacting the aerospace and defense IT workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pressure, potentially impacting cost-effectiveness.
- Cost-plus-fixed-fee contract type introduces risk of cost overruns if not tightly managed.
- The substantial dollar value and long duration necessitate robust oversight to ensure performance and prevent scope creep.
Positive Signals
- Award to a large, established defense contractor like Lockheed Martin suggests access to significant technical expertise.
- The re-architecture aims to modernize a critical system, potentially leading to long-term efficiency gains and improved operational capabilities.
- The contract is for a specific, critical system (IMIS), indicating a focused effort on a key defense need.
Sector Analysis
The Integrated Maintenance Information System (IMIS) re-architecture falls within the broader Information Technology and Defense sector. The market for defense IT modernization is substantial, with agencies continually seeking to upgrade legacy systems to improve efficiency, security, and operational effectiveness. Comparable spending benchmarks for large-scale IT system re-architecture projects within the federal government can vary widely based on complexity, scope, and the specific technologies involved. This contract represents a significant investment in a niche but critical area of defense logistics and maintenance.
Small Business Impact
This contract does not appear to have a small business set-aside component, as indicated by 'ss': false. Furthermore, the prime contractor, Lockheed Martin, is a large aerospace and defense corporation. While large prime contractors are often required to subcontract a portion of their work to small businesses, the absence of a specific set-aside for this particular contract means that opportunities for small businesses are not guaranteed and would depend on Lockheed Martin's subcontracting strategy. This could limit direct opportunities for small businesses to compete for the prime contract itself.
Oversight & Accountability
Oversight for this contract will primarily reside with the Department of the Air Force contracting and program management offices. Given the sole-source nature and CPFF structure, rigorous oversight will be crucial to monitor costs, schedule, and performance. Transparency will depend on the agency's reporting practices and the availability of contract performance data. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Defense Logistics Agency (DLA) IT Modernization Programs
- Naval Aviation Maintenance Program (NAMP) IT Systems
- Army Aviation Systems Command (AVSCOM) Logistics IT
Risk Flags
- Sole-source award
- Cost-plus-fixed-fee pricing
- Potential for cost overruns
- Lack of competitive benchmarking
Tags
it, defense, air-force, lockheed-martin, sole-source, cost-plus-fixed-fee, it-modernization, aircraft-maintenance, texas, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $90.0 million to LOCKHEED MARTIN CORPORATION. INTEGRATED MAINTENANCE INFORMATION SYSTEM (IMIS) RE-ARCHITECTURE
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 $90.0 million.
What is the period of performance?
Start: 2024-03-27. End: 2027-03-31.
What is Lockheed Martin's track record with similar large-scale IT re-architecture projects for the Department of Defense?
Lockheed Martin has a long history of supporting the Department of Defense (DoD) across a wide range of complex IT and systems integration programs. They are a major defense contractor involved in numerous large-scale projects, including enterprise resource planning (ERP) systems, command and control systems, and logistics platforms. While specific details on past IMIS-related projects are not provided, their extensive experience suggests a capacity to handle complex re-architecture efforts. However, the success and cost-effectiveness of such projects can vary, and a review of their performance on comparable DoD IT modernization contracts, including any past performance issues or cost overruns, would be necessary for a comprehensive assessment.
How does the cost-plus-fixed-fee (CPFF) pricing structure compare to other contract types for IT re-architecture, and what are the associated risks?
The Cost-Plus-Fixed-Fee (CPFF) contract type is often used for research and development or complex IT projects where the scope is not fully defined at the outset, allowing for flexibility as requirements evolve. The contractor is reimbursed for allowable costs plus a fixed fee representing profit. Compared to fixed-price contracts, CPFF offers less price certainty for the government but can be more adaptable to changing requirements. The primary risk for the government is cost overrun, as the contractor has less incentive to control costs once the fixed fee is established. Robust oversight, detailed cost tracking, and clear performance metrics are essential to mitigate these risks and ensure value for money.
What are the potential risks associated with awarding a sole-source contract for a critical system like IMIS?
Awarding a sole-source contract for a critical system like the Integrated Maintenance Information System (IMIS) carries several potential risks. Firstly, the absence of competition can lead to higher prices than might be achieved through a competitive bidding process, as the contractor faces less pressure to offer the most cost-effective solution. Secondly, it can stifle innovation, as there is no incentive for alternative approaches or technologies to be explored. Thirdly, it reduces the government's leverage in negotiations. While sole-source awards are sometimes necessary due to unique capabilities or urgent needs, they require strong justification and diligent oversight to ensure the government is not disadvantaged.
What is the historical spending pattern for the Integrated Maintenance Information System (IMIS) or similar systems within the Air Force?
Historical spending data specifically for the IMIS re-architecture is not detailed in the provided information. However, the base award amount of $8.19 million and the total contract value of $90 million suggest a significant and ongoing investment in this system. Modernizing critical IT infrastructure, especially for large defense systems like those supporting aircraft maintenance, typically involves substantial multi-year funding. Without access to historical procurement data for IMIS or comparable maintenance information systems, it's difficult to establish a precise spending trend. However, it is reasonable to assume that such systems require continuous investment for updates, maintenance, and eventual modernization, often spanning tens to hundreds of millions of dollars over their lifecycle.
What are the key performance indicators (KPIs) that will be used to measure the success of this IMIS re-architecture contract?
The provided data does not specify the Key Performance Indicators (KPIs) for this contract. However, for an IT re-architecture project focused on maintenance information systems, typical KPIs would likely include metrics related to system availability, performance (e.g., response times for data retrieval), data accuracy and integrity, user satisfaction, reduction in maintenance processing times, successful integration with other defense systems, and adherence to cybersecurity standards. The success of the re-architecture will ultimately be measured by its ability to improve the efficiency, reliability, and effectiveness of aircraft maintenance operations for the Air Force.
Industry Classification
NAICS: Manufacturing › Aerospace Product and Parts Manufacturing › Aircraft Manufacturing
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: FA820524R0609
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: $173,726,564
Exercised Options: $90,023,321
Current Obligation: $90,023,321
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: 2024-03-27
Current End Date: 2027-03-31
Potential End Date: 2027-03-31 00:00:00
Last Modified: 2025-04-16
More Contracts from Lockheed Martin Corporation
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Department of Defense)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Department of Defense)
- THE Purpose of This Modification IS to Award F-35A Lrip 15 Usaf Aircraft* Long Lead Funding — $30.1B (Department of Defense)
- THE Purpose of This Contract IS to Award Long Lead Funding for F-35A, F-35B, and F-35C Aircraft for U.S. Services, Non-Dod Partners, and FMS Customers — $24.5B (Department of Defense)
- Lrip 11 AAC — $12.3B (Department of Defense)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)