Air Force awards $35M contract for C-5 aircraft logistics support to Lockheed Martin

Contract Overview

Contract Amount: $35,045,828 ($35.0M)

Contractor: Lockheed Martin Corp

Awarding Agency: Department of Defense

Start Date: 2023-02-01

End Date: 2026-12-31

Contract Duration: 1,429 days

Daily Burn Rate: $24.5K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: CONTRACTOR LOGISTICS SUPPORT (CLS) FOR THE C-5 AIRCRAFT.

Place of Performance

Location: MARIETTA, COBB County, GEORGIA, 30063

State: Georgia Government Spending

Plain-Language Summary

Department of Defense obligated $35.0 million to LOCKHEED MARTIN CORP for work described as: CONTRACTOR LOGISTICS SUPPORT (CLS) FOR THE C-5 AIRCRAFT. Key points: 1. Contract awarded on a sole-source basis, raising questions about potential price overruns. 2. The contract duration of nearly four years suggests a long-term need for these services. 3. Focus on logistics support indicates a critical role in maintaining the operational readiness of the C-5 fleet. 4. The firm-fixed-price structure aims to control costs, but the lack of competition limits price discovery. 5. This award represents a significant investment in sustaining aging but vital military transport aircraft.

Value Assessment

Rating: questionable

Benchmarking the value of this contract is challenging due to its sole-source nature. Without competitive bids, it's difficult to assess if the $35 million price tag represents fair market value. The firm-fixed-price (FFP) type is generally favorable for cost control, but the absence of competition means the Air Force cannot leverage market forces to ensure the best possible pricing. Further analysis would require access to historical CLS costs for the C-5 or comparable aircraft.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning only one bidder, Lockheed Martin Corp., was solicited. This approach is typically justified when only one responsible source is available or when there's a compelling urgency. The lack of competition means the Air Force did not benefit from a bidding process, which could have led to lower prices through market competition. This raises concerns about whether the government obtained the most advantageous pricing.

Taxpayer Impact: Taxpayers may be paying a premium due to the absence of competitive bidding. Without multiple offers, the government has less leverage to negotiate favorable terms and prices, potentially leading to higher overall expenditures for this critical support.

Public Impact

The primary beneficiaries are the U.S. Air Force and its C-5 Galaxy fleet, ensuring operational readiness. Services delivered include essential logistics support, crucial for maintaining the airworthiness and functionality of these large transport aircraft. The geographic impact is national, supporting Air Mobility Command operations across various bases. Workforce implications include potential sustainment of specialized technical and logistical jobs within Lockheed Martin and its supply chain.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits price competition and potentially increases costs for taxpayers.
  • Lack of transparency in the justification for sole-sourcing requires further scrutiny.
  • Reliance on a single contractor for critical logistics support can create vendor lock-in.
  • Aging C-5 fleet may incur higher maintenance and support costs over time.

Positive Signals

  • Firm-fixed-price contract type provides cost certainty for the government.
  • Lockheed Martin is the original equipment manufacturer, likely possessing unique expertise for C-5 CLS.
  • Contract duration suggests a stable, long-term commitment to supporting a key strategic asset.

Sector Analysis

The aerospace and defense sector is characterized by high R&D costs, long product lifecycles, and significant government procurement. Logistics support contracts, like this one for the C-5 aircraft, are crucial for maintaining the operational readiness of complex military platforms. The C-5 is a strategic airlifter, and its sustainment is vital for national defense. Spending on aircraft maintenance and support services represents a substantial portion of the defense budget, often involving original equipment manufacturers due to specialized knowledge and proprietary data.

Small Business Impact

This contract does not appear to have a small business set-aside component, as indicated by 'sb': false. Given the sole-source nature and the prime contractor being Lockheed Martin, it's unlikely that significant subcontracting opportunities for small businesses are mandated within this specific award. However, Lockheed Martin's broader subcontracting policies and existing relationships with small businesses in the aerospace supply chain would determine the indirect impact.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of the Air Force's contracting and program management offices. The firm-fixed-price structure provides some cost control, but the sole-source nature necessitates robust performance monitoring to ensure deliverables meet specifications. Transparency is limited by the non-competitive award, but contract performance reports and potential audits by the Government Accountability Office (GAO) or the Department of Defense Inspector General (DoDIG) could provide accountability.

Related Government Programs

  • C-17 Globemaster III Logistics Support
  • Air Mobility Command Aircraft Maintenance
  • Defense Contract Management Agency (DCMA) Oversight
  • Aircraft Parts and Components Manufacturing
  • Aerospace Engineering Services

Risk Flags

  • Sole-source award
  • Lack of competitive bidding
  • Potential for cost overruns
  • Long-term reliance on a single contractor

Tags

defense, air-force, lockheed-martin-corp, c-5-galaxy, logistics-support, aircraft-manufacturing, sole-source, firm-fixed-price, georgia, major-contract, aircraft-maintenance

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $35.0 million to LOCKHEED MARTIN CORP. CONTRACTOR LOGISTICS SUPPORT (CLS) FOR THE C-5 AIRCRAFT.

Who is the contractor on this award?

The obligated recipient is LOCKHEED MARTIN CORP.

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 $35.0 million.

What is the period of performance?

Start: 2023-02-01. End: 2026-12-31.

What is Lockheed Martin's track record with providing logistics support for the C-5 aircraft prior to this award?

Lockheed Martin Corporation, as the original equipment manufacturer (OEM) for the C-5 Galaxy, has historically been the primary provider of logistics support, including maintenance, repair, and overhaul (MRO) services, as well as spare parts and technical data. Their long-standing relationship with the U.S. Air Force for the C-5 program, which dates back decades, suggests a deep understanding of the aircraft's complex systems and sustainment requirements. This continuity is often a key factor in sole-source awards for specialized aerospace platforms, as transitioning support to another entity would be technically challenging, costly, and potentially disruptive to operational readiness. The Air Force likely relies on Lockheed Martin's established infrastructure, engineering expertise, and proprietary knowledge to ensure the C-5 fleet remains mission-capable.

How does the $35 million contract value compare to historical spending on C-5 logistics support?

Directly comparing the $35 million award to historical spending requires access to specific historical contract data for C-5 CLS. However, given the contract duration of approximately 3.75 years (from Feb 2023 to Dec 2026), the annual value averages around $9.3 million. This figure needs to be contextualized against the total operational and sustainment costs of the C-5 fleet, which includes personnel, fuel, depot maintenance, and modifications. Past reports and budget documents indicate that sustainment for large strategic airlift platforms like the C-5 can run into hundreds of millions of dollars annually when all costs are aggregated. Therefore, this $35 million delivery order likely represents a specific tranche of CLS services rather than the total annual expenditure for C-5 sustainment.

What are the primary risks associated with a sole-source award for critical aircraft logistics support?

The primary risk associated with a sole-source award for critical aircraft logistics support is the potential for inflated pricing due to the lack of competition. Without competing bids, the government has limited leverage to negotiate the best possible price, potentially leading to higher costs for taxpayers. Another significant risk is vendor lock-in, where the government becomes overly dependent on a single contractor, making it difficult and costly to switch providers in the future. This dependency can also reduce the contractor's incentive to innovate or improve efficiency. Furthermore, sole-source awards can sometimes mask underlying issues with program management or requirements definition, as the justification for not competing may stem from poor planning or unique, but not insurmountable, technical challenges.

How effective is the firm-fixed-price (FFP) contract type in managing costs for this type of service?

The firm-fixed-price (FFP) contract type is generally considered effective for managing costs when the scope of work is well-defined and the risks of cost overruns are relatively low or can be reasonably estimated. For logistics support services, FFP provides cost certainty to the government, as the contractor assumes the majority of the financial risk. This means Lockheed Martin is obligated to perform the specified services within the agreed-upon price, regardless of their actual costs. This structure incentivizes the contractor to manage their resources efficiently and control their own expenses. However, the effectiveness of FFP in this sole-source context is diminished if the initial price was not rigorously benchmarked against market rates or if the scope of work is subject to significant change, which could necessitate costly contract modifications.

What are the implications of this contract on the overall readiness and operational capability of the C-5 fleet?

This contract is directly aimed at ensuring the operational readiness and capability of the C-5 Galaxy fleet. The C-5 is a critical strategic airlift asset for the U.S. Air Force, capable of transporting exceptionally large and heavy equipment, troops, and supplies over intercontinental distances. Reliable logistics support, encompassing maintenance, repair, parts availability, and technical expertise, is fundamental to keeping these aircraft flying and mission-capable. By awarding this contract, the Air Force is making a commitment to sustain the C-5 fleet, which is essential for global power projection, humanitarian aid delivery, and supporting military operations worldwide. The timely execution of this contract directly translates to reduced downtime for the aircraft and increased availability for deployment.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingAircraft Manufacturing

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

Address: 86 SOUTH COBB DR, MARIETTA, GA, 30063

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: $35,045,828

Exercised Options: $35,045,828

Current Obligation: $35,045,828

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: FA852521D0003

IDV Type: IDC

Timeline

Start Date: 2023-02-01

Current End Date: 2026-12-31

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

Last Modified: 2025-07-17

More Contracts from Lockheed Martin Corp

View all Lockheed Martin Corp federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending