Lockheed Martin awarded $6.1M for Technical Order sustainment, ensuring accuracy for Air Force and partner TOS

Contract Overview

Contract Amount: $6,103,560 ($6.1M)

Contractor: Lockheed Martin Corporation

Awarding Agency: Department of Defense

Start Date: 2025-07-10

End Date: 2026-09-30

Contract Duration: 447 days

Daily Burn Rate: $13.7K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: THE TECHNICAL ORDER (TO) SUSTAINMENT PROGRAM ENSURES USAF, NAVY, EPAF, AND FMS PARTNER TOS ARE ACCURATE, CURRENT, AND UPDATED IN ACCORDANCE WITH THE AIRCRAFT CONFIGURATION PER THE LM AERO RELEASED ENGINEERING AND APPROVED USG PROVIDED SOURCE DATA.

Place of Performance

Location: FORT WORTH, TARRANT County, TEXAS, 76108

State: Texas Government Spending

Plain-Language Summary

Department of Defense obligated $6.1 million to LOCKHEED MARTIN CORPORATION for work described as: THE TECHNICAL ORDER (TO) SUSTAINMENT PROGRAM ENSURES USAF, NAVY, EPAF, AND FMS PARTNER TOS ARE ACCURATE, CURRENT, AND UPDATED IN ACCORDANCE WITH THE AIRCRAFT CONFIGURATION PER THE LM AERO RELEASED ENGINEERING AND APPROVED USG PROVIDED SOURCE DATA. Key points: 1. Contract ensures critical technical documentation remains current and accurate for multiple U.S. Air Force and partner TOS. 2. Sole-source award to Lockheed Martin Corporation, the original equipment manufacturer, suggests a lack of viable alternatives for this specialized sustainment. 3. The contract duration of approximately 1.5 years (447 days) indicates a need for ongoing, but not indefinite, sustainment services. 4. Fixed-price contract type aims to control costs, but the sole-source nature may limit price negotiation leverage. 5. The sustainment program supports a broad range of U.S. Air Force, Navy, EPAF, and FMS partner aircraft configurations. 6. The contract's focus on engineering data and source data updates highlights the importance of accurate technical information for aircraft maintenance and safety.

Value Assessment

Rating: fair

This contract's value of $6.1 million for technical order sustainment over roughly 1.5 years appears reasonable given the specialized nature of the work and the sole-source award to the original equipment manufacturer. Benchmarking is difficult without more specific details on the scope of technical orders covered and the complexity of updates required. However, compared to other sustainment contracts for complex weapon systems, the per-day cost is not excessively high. The firm-fixed-price structure provides some cost certainty for the government.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis to Lockheed Martin Corporation. This typically occurs when the contractor is the sole provider of the required goods or services, often due to proprietary knowledge, existing infrastructure, or unique expertise. In this case, as the original equipment manufacturer, Lockheed Martin likely possesses the exclusive rights and knowledge to maintain and update the technical orders for the aircraft systems they produce. The lack of competition means the government did not benefit from a competitive bidding process to potentially drive down costs or explore alternative solutions.

Taxpayer Impact: The sole-source nature of this award means taxpayers may not have received the benefit of competitive pricing. Without competition, there is a reduced incentive for the contractor to offer the lowest possible price, potentially leading to higher overall expenditure.

Public Impact

U.S. Air Force, Navy, and EPAF personnel benefit from accurate and up-to-date technical documentation for aircraft maintenance and operations. Foreign Military Sales (FMS) partners receive critical sustainment support, enhancing interoperability and operational readiness. The services delivered ensure the safety and efficacy of aircraft maintenance procedures, directly impacting flight safety. The contract supports the operational readiness of a significant portion of the U.S. Air Force's aircraft fleet and allied air forces. Workforce implications are primarily within Lockheed Martin's technical documentation and engineering departments, ensuring specialized skills are utilized.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pricing, potentially increasing costs for taxpayers.
  • Lack of competition may reduce incentive for contractor to innovate or improve efficiency.
  • Reliance on a single contractor for critical technical data creates vendor lock-in.
  • Contract duration is relatively short, requiring future procurements and potential re-competition challenges.

Positive Signals

  • Award to OEM ensures access to proprietary data and expertise for accurate updates.
  • Firm-fixed-price contract provides cost predictability for the government.
  • Supports critical sustainment functions for multiple U.S. and allied air forces.
  • Ensures technical orders remain current, vital for aircraft safety and operational readiness.

Sector Analysis

This contract falls within the aerospace and defense sector, specifically focusing on technical data sustainment and engineering services. The market for such services is often dominated by original equipment manufacturers (OEMs) due to the proprietary nature of the data and the specialized expertise required. Comparable spending benchmarks are difficult to establish without knowing the exact scope and complexity of the technical orders involved. However, the overall U.S. government spending on defense logistics and sustainment services is in the billions annually, with technical data management being a crucial component.

Small Business Impact

This contract does not appear to involve a small business set-aside. Given the sole-source nature and the likely requirement for deep, proprietary knowledge of specific aircraft systems, it is improbable that small businesses would be primary awardees or even significant subcontractors in this specific instance. The focus is on specialized engineering and data management typically held by the prime contractor.

Oversight & Accountability

Oversight for this contract would primarily reside with the contracting officer and the relevant program management office within the Department of the Air Force. The firm-fixed-price nature provides a degree of accountability for deliverables. Transparency is limited due to the sole-source award, but contract modifications and performance reports would be subject to internal review. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

  • Technical Order Management
  • Aerospace Engineering Services
  • Defense Logistics Support
  • Aircraft Maintenance Documentation
  • Foreign Military Sales Support

Risk Flags

  • Sole-source award
  • Potential for cost overruns due to lack of competition
  • Vendor lock-in risk
  • Dependency on contractor's proprietary data

Tags

defense, air-force, lockheed-martin-corporation, technical-order-sustainment, sole-source, firm-fixed-price, engineering-services, aircraft-maintenance, foreign-military-sales, texas, >$1m, 2025-2026

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $6.1 million to LOCKHEED MARTIN CORPORATION. THE TECHNICAL ORDER (TO) SUSTAINMENT PROGRAM ENSURES USAF, NAVY, EPAF, AND FMS PARTNER TOS ARE ACCURATE, CURRENT, AND UPDATED IN ACCORDANCE WITH THE AIRCRAFT CONFIGURATION PER THE LM AERO RELEASED ENGINEERING AND APPROVED USG PROVIDED SOURCE DATA.

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 $6.1 million.

What is the period of performance?

Start: 2025-07-10. End: 2026-09-30.

What is the historical spending trend for Technical Order sustainment with Lockheed Martin for these specific aircraft systems?

Analyzing historical spending for Technical Order (TO) sustainment with Lockheed Martin for these specific aircraft systems is crucial for understanding cost trends and identifying potential anomalies. Without access to specific historical contract data for this particular TO sustainment program, a precise trend analysis is not possible. However, generally, TO sustainment contracts are recurring in nature, reflecting the ongoing need to update documentation due to engineering changes, modifications, or new operational requirements. If this is a continuation of a previous effort, one would expect spending to be relatively consistent year-over-year, barring significant program changes or contract restructuring. Significant deviations from historical spending patterns could indicate scope creep, increased complexity, or potential inefficiencies. A thorough review would involve examining prior contract awards, modifications, and task orders over several fiscal years to establish a baseline and identify any upward or downward trends in cost.

How does the cost per technical order update compare to industry benchmarks for similar defense systems?

Benchmarking the cost per technical order (TO) update against industry standards for similar defense systems is challenging due to the proprietary nature of TOs and the variability in complexity. Lockheed Martin, as the Original Equipment Manufacturer (OEM), likely possesses unique knowledge and access to source data, which can influence pricing. Industry benchmarks are often difficult to obtain publicly for highly specialized defense sustainment services. However, general indicators suggest that TO updates can range significantly in cost depending on factors such as the number of pages, the complexity of the technical information (e.g., diagrams, schematics, procedural steps), the required validation and verification processes, and the urgency of the update. For complex weapon systems, the cost per update can range from tens to hundreds of dollars, or even more for highly intricate revisions. Without specific details on the number and complexity of TOs covered under this $6.1 million contract, a precise comparison is not feasible. However, the sole-source nature of this award suggests that direct competitive benchmarking is limited.

What are the specific risks associated with relying solely on Lockheed Martin for technical order sustainment?

Relying solely on Lockheed Martin for technical order (TO) sustainment presents several risks. Firstly, there is a significant risk of vendor lock-in, where the government becomes dependent on a single provider, limiting future flexibility and negotiation leverage. This dependence can lead to higher costs over time, as the contractor may have less incentive to reduce prices or improve efficiency without competitive pressure. Secondly, there's a potential risk to the continuity of service; if Lockheed Martin experiences financial difficulties, operational disruptions, or strategic shifts, it could impact the availability and quality of TO sustainment. Thirdly, the lack of competition may stifle innovation, as there is less incentive for the contractor to develop novel or more cost-effective methods for TO management. Finally, without independent verification or alternative sources, ensuring the absolute accuracy and completeness of the TOs can be more challenging, potentially impacting maintenance procedures and safety.

What is the projected impact of these technical order updates on aircraft operational readiness and safety?

The projected impact of these technical order (TO) updates on aircraft operational readiness and safety is expected to be positive and significant. Accurate and current TOs are fundamental to effective aircraft maintenance, troubleshooting, and repair. By ensuring that TOs are updated in accordance with the latest engineering releases and approved source data, this contract directly contributes to maintaining the airworthiness of the aircraft. This leads to fewer maintenance errors, reduced downtime for repairs, and increased mission capability rates, thereby enhancing overall operational readiness. Furthermore, precise technical documentation is critical for ensuring that maintenance procedures are performed correctly and safely, minimizing the risk of accidents or incidents related to improper maintenance practices. For Foreign Military Sales (FMS) partners, updated TOs also ensure interoperability and adherence to standardized maintenance protocols, bolstering their own operational effectiveness and safety.

How does the scope of this contract compare to previous or similar technical order sustainment efforts within the Air Force?

Comparing the scope of this $6.1 million Technical Order (TO) sustainment contract to previous or similar efforts within the Air Force requires access to detailed historical contract data. However, based on the provided information, this contract focuses on ensuring the accuracy and currency of TOs for specific aircraft configurations managed by Lockheed Martin, supporting the Air Force, Navy, EPAF, and FMS partners. Similar efforts in the past would likely have involved comparable tasks: updating manuals, incorporating engineering changes, and ensuring compliance with source data. The key differentiators for scope comparison would be the number and types of aircraft systems covered, the volume of technical data managed, the frequency of updates required, and the specific services included (e.g., digital conversion, validation). If this contract represents a continuation of a long-standing program, the scope might be consistent. If it's a new or consolidated effort, the scope could be broader or narrower than previous individual contracts. The sole-source nature suggests it might be tied to a specific platform where Lockheed Martin is the sole provider.

Industry Classification

NAICS: Other Services (except Public Administration)Electronic and Precision Equipment Repair and MaintenanceOther Electronic and Precision Equipment Repair and Maintenance

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

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: $6,103,560

Exercised Options: $6,103,560

Current Obligation: $6,103,560

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: FA823222D0004

IDV Type: IDC

Timeline

Start Date: 2025-07-10

Current End Date: 2026-09-30

Potential End Date: 2026-09-30 00:00:00

Last Modified: 2025-12-15

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