F-16 Technical Order Sustainment Contract Awarded to Lockheed Martin for Over $7.4 Million

Contract Overview

Contract Amount: $7,457,714 ($7.5M)

Contractor: Lockheed Martin Corporation

Awarding Agency: Department of Defense

Start Date: 2026-01-01

End Date: 2026-12-31

Contract Duration: 364 days

Daily Burn Rate: $20.5K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: F-16 TECHNICAL ORDER SUSTAINMENT

Place of Performance

Location: FORT WORTH, TARRANT County, TEXAS, 76108

State: Texas Government Spending

Plain-Language Summary

Department of Defense obligated $7.5 million to LOCKHEED MARTIN CORPORATION for work described as: F-16 TECHNICAL ORDER SUSTAINMENT Key points: 1. Contract awarded to incumbent provider, raising questions about competitive pricing. 2. Limited competition may lead to higher costs for taxpayers. 3. Performance risk appears low given contractor's established role. 4. Contract duration of one year suggests a focus on immediate sustainment needs. 5. Geographic concentration in Texas for sustainment activities. 6. No small business set-aside indicates a focus on large prime contractor capabilities.

Value Assessment

Rating: fair

The contract value of $7.46 million for a one-year period for F-16 technical order sustainment appears to be within a reasonable range for specialized aerospace support. However, without direct comparison to similar technical order sustainment contracts for other aircraft platforms or historical data for this specific service, a definitive value-for-money assessment is challenging. The firm-fixed-price structure shifts risk to the contractor, which is generally positive for the government, but the lack of competition limits the government's ability to leverage market forces for optimal pricing.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed, indicating a sole-source award. This approach is often used when a specific contractor possesses unique capabilities or intellectual property essential for the service, or in situations where a previous contract expired and a new one could not be awarded through full and open competition in time. The absence of multiple bidders means the government did not benefit from a competitive bidding process, which could have potentially driven down costs.

Taxpayer Impact: Sole-source awards can result in higher costs for taxpayers as there is no direct pressure from competing bids to ensure the most competitive pricing. This limits the government's ability to achieve best value through market dynamics.

Public Impact

The U.S. Air Force benefits from continued sustainment of critical technical documentation for F-16 fighter jets. This contract ensures the availability of up-to-date technical orders necessary for aircraft maintenance and operation. The primary geographic impact is within Texas, where the contractor is located. The sustainment of technical orders supports the operational readiness of the F-16 fleet, indirectly benefiting the defense workforce.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition may lead to inflated pricing.
  • Sole-source award limits opportunities for new market entrants.
  • Dependence on a single contractor for critical technical documentation.

Positive Signals

  • Firm-fixed-price contract shifts cost risk to the contractor.
  • Contractor is the original equipment manufacturer, implying deep technical knowledge.
  • Sustainment ensures continued operational capability of F-16 aircraft.

Sector Analysis

The aerospace and defense industry is characterized by high barriers to entry, specialized knowledge, and significant government investment. Technical order sustainment is a critical but often overlooked segment within this sector, ensuring that complex weapon systems remain operational and maintainable. This contract fits within the broader category of aerospace maintenance and support services, where incumbent contractors often hold significant advantages due to proprietary data and established relationships. Comparable spending benchmarks for technical order sustainment vary widely based on the complexity and age of the aircraft platform.

Small Business Impact

This contract does not include a small business set-aside, which is common for specialized technical services often dominated by large prime contractors like Lockheed Martin. There is no explicit mention of subcontracting requirements for small businesses. This suggests that the primary focus is on the prime contractor's direct capabilities, potentially limiting opportunities for small businesses to participate in this specific contract's value 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 are embedded within the firm-fixed-price contract terms, requiring the contractor to deliver specified technical order sustainment services. Transparency is generally maintained through contract award databases, though detailed performance metrics and cost breakdowns may not always be publicly available. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

  • F-16 Aircraft Maintenance
  • Aerospace Technical Data Management
  • Defense Logistics Support Services
  • Weapon System Sustainment Programs

Risk Flags

  • Sole-source award
  • Lack of competition
  • Potential for cost inefficiency

Tags

defense, department-of-defense, department-of-the-air-force, lockheed-martin-corporation, f-16, technical-order-sustainment, not-competed, firm-fixed-price, texas, aerospace, maintenance-and-repair

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $7.5 million to LOCKHEED MARTIN CORPORATION. F-16 TECHNICAL ORDER SUSTAINMENT

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 $7.5 million.

What is the period of performance?

Start: 2026-01-01. End: 2026-12-31.

What is Lockheed Martin's track record with F-16 technical order sustainment?

Lockheed Martin Corporation, as the original equipment manufacturer (OEM) of the F-16 Fighting Falcon, has an extensive and inherent track record in providing technical documentation and sustainment services for the platform. Their long-standing relationship with the U.S. Air Force and numerous international F-16 operators means they possess the most comprehensive knowledge base and historical data related to the aircraft's technical orders. This includes managing updates, revisions, and ensuring the accuracy and completeness of documentation required for maintenance, repair, and operational procedures. Given their role as the OEM, it is highly probable that they have been the primary provider of these services throughout the F-16's operational life, making their track record in this specific niche essentially continuous and unparalleled.

How does the pricing of this contract compare to similar technical order sustainment contracts?

Directly comparing the pricing of this $7.46 million, one-year contract for F-16 technical order sustainment to similar contracts is challenging without access to proprietary data or a standardized benchmarking database for such services. Technical order sustainment costs are highly dependent on the complexity of the aircraft, the volume of documentation, the frequency of updates, and the specific services included (e.g., digital integration, translation, specialized format conversion). Contracts for older, simpler aircraft might be less expensive, while those for newer, more technologically advanced platforms could be significantly higher. Furthermore, the 'not competed' status suggests that market competition, a key driver of price comparison, was absent, potentially leading to a price that is not necessarily the lowest achievable in a competitive environment.

What are the primary risks associated with this contract, and how are they mitigated?

The primary risk associated with this sole-source contract is the potential for cost escalation due to the lack of competitive pressure, which could lead to suboptimal value for taxpayers. Another risk is contractor performance failure, where Lockheed Martin might not deliver timely or accurate technical order updates, impacting aircraft readiness. Mitigation strategies include the firm-fixed-price contract type, which places the financial risk of cost overruns on the contractor. The government also retains oversight through contract management, performance monitoring, and the ability to enforce contract terms. Lockheed Martin's status as the OEM inherently reduces performance risk, as they possess the deepest understanding of the F-16 system, but robust government oversight remains crucial.

What is the historical spending pattern for F-16 technical order sustainment?

Historical spending on F-16 technical order sustainment is likely to be substantial and span several decades, reflecting the long service life of the aircraft. While specific annual figures for this contract are not provided, it is reasonable to assume that spending has been consistent, albeit potentially fluctuating based on modernization programs, fleet size, and the introduction of new technical data management systems. As a sole-source or limited-competition contract, historical spending would likely reflect negotiated rates with Lockheed Martin over time. Analyzing past contract awards for similar services, adjusted for inflation and scope changes, would provide a clearer picture of the long-term financial commitment to sustaining F-16 technical documentation.

What are the implications of this contract being awarded as 'not competed'?

Awarding this contract as 'not competed' signifies that the Department of the Air Force did not solicit bids from multiple sources. This typically occurs when only one source is capable of meeting the requirement, often due to proprietary data, unique capabilities, or urgent needs that preclude a full competition process. For taxpayers, the primary implication is the potential for higher costs, as the absence of competition removes the downward price pressure that multiple bids would exert. It also limits opportunities for other companies, including small businesses, to enter the market or compete for this type of work. While it ensures continuity and leverages the incumbent's expertise, it bypasses the standard procurement process designed to achieve best value through market forces.

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: $7,457,714

Exercised Options: $7,457,714

Current Obligation: $7,457,714

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: 2026-01-01

Current End Date: 2026-12-31

Potential End Date: 2026-12-31 00:00:00

Last Modified: 2026-01-05

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