Air Force awards $332M contract for U-2 ATR Production to Lockheed Martin, facing limited competition

Contract Overview

Contract Amount: $33,220,591 ($33.2M)

Contractor: Lockheed Martin Corporation

Awarding Agency: Department of Defense

Start Date: 2021-06-30

End Date: 2026-04-30

Contract Duration: 1,765 days

Daily Burn Rate: $18.8K/day

Competition Type: NOT COMPETED

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: U-2 ATR PRODUCTION

Place of Performance

Location: PALMDALE, LOS ANGELES County, CALIFORNIA, 93599

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $33.2 million to LOCKHEED MARTIN CORPORATION for work described as: U-2 ATR PRODUCTION Key points: 1. Contract value represents a significant investment in maintaining aging aircraft capabilities. 2. Sole-source nature of the award raises questions about potential price inflation and lack of market pressure. 3. Long contract duration suggests a sustained need for these specialized aircraft components. 4. The 'Cost Plus Fixed Fee' pricing structure may incentivize cost overruns. 5. Focus on aircraft manufacturing highlights a critical segment of the defense industrial base. 6. Geographic concentration in California for this contract could impact regional economic development.

Value Assessment

Rating: fair

Benchmarking the value of this contract is challenging due to its specialized nature and limited competition. The Cost Plus Fixed Fee (CPFF) structure, while common for complex R&D or production where costs are uncertain, can lead to higher overall spending compared to fixed-price contracts if not managed rigorously. Without comparable sole-source awards for similar aircraft sustainment, assessing true value-for-money is difficult. The total contract value of $332 million over its period of performance suggests a substantial but potentially variable cost.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, indicating that the Department of the Air Force determined only Lockheed Martin Corporation could provide the required goods or services. This typically occurs when a contractor possesses unique capabilities, intellectual property, or is the sole manufacturer of a critical component. The lack of competition means there was no opportunity for other companies to bid, potentially leading to less favorable pricing than if multiple bidders were involved.

Taxpayer Impact: Taxpayers may be paying a premium due to the absence of competitive bidding. Without alternative offers, the government has limited leverage to negotiate the lowest possible price, potentially increasing the overall cost to the federal budget.

Public Impact

The U.S. Air Force directly benefits from the continued production and sustainment of the U-2 ATR system, crucial for intelligence, surveillance, and reconnaissance missions. This contract ensures the availability of specialized aircraft manufacturing services, supporting national security objectives. The primary geographic impact is in California, where Lockheed Martin's facilities are located, potentially supporting local jobs and the aerospace industry in the region. The contract supports a highly specialized workforce within the aerospace and defense sector, requiring advanced manufacturing and engineering skills.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits price competition, potentially leading to higher costs for taxpayers.
  • Cost Plus Fixed Fee (CPFF) contract type can incentivize higher spending if cost controls are not robust.
  • Long contract duration (over 4 years) increases exposure to potential cost escalations and performance issues.
  • Reliance on a single contractor for critical aircraft production raises concerns about supply chain resilience and future competition.
  • The specific nature of 'ATR Production' for an aging platform may indicate limited market alternatives.

Positive Signals

  • Contract ensures continued operational capability for a critical intelligence, surveillance, and reconnaissance (ISR) platform.
  • Awarding to Lockheed Martin, a known incumbent with established expertise, suggests a focus on program continuity and reduced technical risk.
  • The contract specifies a fixed fee, providing some level of cost predictability for the contractor's profit.
  • Long-term contract provides stability for the workforce and supply chain involved in U-2 sustainment.

Sector Analysis

The aerospace and defense sector is characterized by high barriers to entry, significant R&D investment, and long product lifecycles. Aircraft manufacturing, a sub-sector, is dominated by a few large prime contractors. This contract for U-2 ATR Production falls within this specialized niche, focusing on sustainment and production of components for a long-serving reconnaissance aircraft. Comparable spending benchmarks are difficult to establish due to the unique nature of the U-2 platform and its specific mission requirements, but overall defense aircraft manufacturing spending is in the tens of billions annually.

Small Business Impact

This contract does not appear to include specific small business set-asides, as indicated by 'sb': false. Given the sole-source nature and the specialized requirements of aircraft manufacturing for a platform like the U-2, it is likely that the prime contractor, Lockheed Martin, will be responsible for fulfilling the contract. Subcontracting opportunities for small businesses may exist within Lockheed Martin's supply chain, but these are not explicitly detailed in the provided data. The overall impact on the small business ecosystem is likely indirect, depending on Lockheed Martin's subcontracting practices.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of the Air Force's contracting and program management offices. As a Cost Plus Fixed Fee contract, rigorous financial oversight and auditing are crucial to ensure costs are reasonable and allocable. The Inspector General of the Department of Defense would have jurisdiction to investigate any allegations of fraud, waste, or abuse. Transparency is facilitated through contract award databases, but detailed performance metrics and cost breakdowns are often considered sensitive or proprietary.

Related Government Programs

  • U-2 Dragon Lady Sustainment
  • ISR Aircraft Modernization
  • Aerospace Manufacturing Contracts
  • Defense Intelligence Support
  • Specialized Aircraft Component Production

Risk Flags

  • Sole-source award
  • Cost-plus contract type
  • Aging aircraft platform
  • Long contract duration

Tags

defense, department-of-defense, air-force, aircraft-manufacturing, sole-source, cost-plus-fixed-fee, intelligence-surveillance-reconnaissance, california, lockheed-martin-corporation, long-term-contract, defense-industrial-base

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $33.2 million to LOCKHEED MARTIN CORPORATION. U-2 ATR PRODUCTION

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 $33.2 million.

What is the period of performance?

Start: 2021-06-30. End: 2026-04-30.

What is Lockheed Martin's track record with the U-2 program and similar defense contracts?

Lockheed Martin has a long and established history with the U-2 Dragon Lady program, having been the prime contractor for its development and sustainment for decades. Their track record includes extensive experience in complex aircraft manufacturing, systems integration, and lifecycle support for various defense platforms. They are a major defense contractor with numerous large-scale contracts across different branches of the U.S. military. While their experience is extensive, the specific performance metrics and cost control effectiveness on past U-2 related contracts would require deeper analysis of historical contract data and performance reviews. However, their incumbency suggests a deep understanding of the platform's unique requirements and challenges.

How does the 'Cost Plus Fixed Fee' (CPFF) pricing structure compare to other contract types for this type of service?

The Cost Plus Fixed Fee (CPFF) contract type is often used when the scope of work is not precisely defined, or when there is significant uncertainty in the costs associated with performance, such as in research and development or complex manufacturing. In a CPFF contract, the contractor is reimbursed for allowable costs plus a fixed fee representing profit. This differs from fixed-price contracts, where the price is set regardless of actual costs incurred, offering greater cost certainty to the buyer but potentially higher risk for the contractor. Compared to Cost Plus Incentive Fee (CPIF) or Cost Plus Award Fee (CPAF), CPFF offers less flexibility for incentivizing performance beyond cost control. For sustainment and production of established, albeit aging, aircraft like the U-2, a fixed-price contract might offer better value if the scope is well-defined, but CPFF is chosen when cost estimation is particularly difficult or when the government wants to encourage innovation or exploration within defined parameters.

What are the primary risks associated with a sole-source award for aircraft production?

The primary risks associated with a sole-source award for aircraft production include a lack of competitive pressure, which can lead to inflated prices and reduced value for money. Without competing bids, the government has less leverage to negotiate favorable terms and pricing. There's also a risk of complacency from the sole contractor, potentially impacting innovation, quality, or responsiveness. Furthermore, sole-source awards can create or perpetuate vendor lock-in, making it difficult and costly to switch providers or introduce new technologies in the future. This reliance on a single supplier can also pose supply chain risks if the contractor experiences financial difficulties or operational disruptions. Finally, it limits opportunities for other capable companies to enter or expand their presence in the market.

What is the expected program effectiveness and performance context for the U-2 ATR Production contract?

The U-2 ATR Production contract is expected to ensure the continued operational effectiveness of the U-2 Dragon Lady aircraft, a critical intelligence, surveillance, and reconnaissance (ISR) platform. The 'ATR' likely refers to Air Transportable Reconnaissance or a similar designation related to its mission payload or configuration. The performance context involves maintaining and potentially producing components for an aging but still vital aircraft. Success will be measured by the timely delivery of specified components, adherence to quality standards, and the continued reliability of the U-2 fleet for its ISR missions. Given the platform's age, performance challenges may include managing obsolescence, ensuring interoperability with newer systems, and maintaining high operational readiness rates. The contract's duration suggests a long-term commitment to sustaining this capability.

How has federal spending on aircraft manufacturing, specifically for ISR platforms, trended in recent years?

Federal spending on aircraft manufacturing, particularly for Intelligence, Surveillance, and Reconnaissance (ISR) platforms, has remained a significant portion of the defense budget. While specific figures fluctuate annually based on program priorities, modernization efforts, and geopolitical demands, there has been a consistent investment in maintaining and upgrading existing ISR fleets (like the U-2) while also developing next-generation capabilities (e.g., drones, advanced sensor platforms). Spending trends are influenced by the perceived threat landscape, technological advancements, and the strategic importance placed on persistent surveillance. For aging platforms like the U-2, spending often shifts towards sustainment, upgrades, and component production, as seen in this contract, rather than new platform acquisition. Overall, the ISR sector continues to receive substantial funding due to its critical role in modern warfare and national security.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingAircraft Manufacturing

Product/Service Code: AEROSPACE CRAFT AND STRUCTURAL COMPONENTS

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: FA852821R0005

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Parent Company: Lockheed Martin Corp

Address: 1011 LOCKHEED WAY, PALMDALE, CA, 93599

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: $77,460,553

Exercised Options: $77,460,553

Current Obligation: $33,220,591

Subaward Activity

Number of Subawards: 30

Total Subaward Amount: $11,622,528

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: FA852819D0015

IDV Type: IDC

Timeline

Start Date: 2021-06-30

Current End Date: 2026-04-30

Potential End Date: 2026-04-30 00:00:00

Last Modified: 2025-12-18

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