DoD awards $1.9B to Lockheed Martin for U-2 sustainment, raising questions on competition and value

Contract Overview

Contract Amount: $189,989,531 ($190.0M)

Contractor: Lockheed Martin Corporation

Awarding Agency: Department of Defense

Start Date: 2024-08-01

End Date: 2026-01-31

Contract Duration: 548 days

Daily Burn Rate: $346.7K/day

Competition Type: NOT COMPETED

Pricing Type: COST NO FEE

Sector: Defense

Official Description: FY24 U-2 SUSTAINMENT

Place of Performance

Location: PALMDALE, LOS ANGELES County, CALIFORNIA, 93599

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $190.0 million to LOCKHEED MARTIN CORPORATION for work described as: FY24 U-2 SUSTAINMENT Key points: 1. Contract awarded on a sole-source basis, limiting price discovery and potentially increasing costs. 2. Long-term sustainment contract for a critical, aging aircraft platform. 3. High dollar value indicates significant reliance on contractor for operational readiness. 4. Lack of competition raises concerns about contractor performance incentives. 5. Geographic concentration in California for sustainment activities. 6. Cost-plus contract type may incentivize higher spending without strict cost controls.

Value Assessment

Rating: questionable

The contract's value of $1.9 billion over its period of performance is substantial. However, without competitive bidding, it is difficult to benchmark the pricing against market rates or similar sustainment contracts. The Cost No Fee (CNF) contract type, while common for unique or urgent requirements, can lead to higher overall costs for the government as the contractor is reimbursed for allowable costs plus a fixed fee, but there is no incentive to control costs beyond the fee. This structure warrants close scrutiny to ensure efficient use of funds.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning the Department of Defense did not solicit bids from multiple contractors. This approach is typically used when only one contractor can provide the required goods or services, often due to proprietary technology, unique capabilities, or urgent needs. The absence of competition means that the government did not benefit from the price reductions and service improvements that typically arise from a competitive bidding process.

Taxpayer Impact: Taxpayers are potentially paying a premium due to the lack of competitive pressure to drive down costs. Without a competitive environment, there is less assurance that the government is receiving the best possible value for its investment.

Public Impact

The U.S. Air Force benefits from the continued operational readiness of the U-2 reconnaissance aircraft. This contract ensures the availability of critical intelligence, surveillance, and reconnaissance (ISR) capabilities. Sustainment activities are concentrated in California, potentially impacting the local aerospace workforce. The contract supports the long-term viability of a unique and enduring aerial platform.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pressure, potentially leading to higher costs.
  • Cost No Fee contract type may not incentivize cost efficiency.
  • Aging platform sustainment can be inherently more expensive and complex.
  • Long duration of contract increases exposure to cost overruns and performance issues.

Positive Signals

  • Lockheed Martin is the original equipment manufacturer, possessing unique expertise for the U-2.
  • Sustainment ensures continued critical ISR capabilities for national security.
  • Contract provides long-term stability for a vital national asset.

Sector Analysis

The U-2 Dragon Lady is a unique, high-altitude reconnaissance aircraft with a long service history. Its sustainment falls within the broader aerospace and defense sector, specifically supporting specialized aircraft manufacturing and maintenance. The market for such niche, legacy platform sustainment is highly concentrated, often dominated by the original equipment manufacturer due to specialized knowledge and parts. Comparable spending benchmarks are difficult to establish due to the U-2's unique role and limited operational fleet size.

Small Business Impact

This contract does not appear to include specific small business set-aside provisions. Given the sole-source nature and the specialized requirements for U-2 sustainment, it is unlikely that significant subcontracting opportunities for small businesses will be mandated or readily available beyond standard supply chain integration. The focus is on the prime contractor's specialized capabilities.

Oversight & Accountability

Oversight for this contract will likely be managed by the Department of the Air Force's contracting and program management offices. The Cost No Fee structure necessitates robust financial oversight to ensure that all reimbursed costs are allowable and reasonable. Transparency may be limited due to the sole-source nature, but performance metrics and financial reporting should be subject to standard government auditing and review processes, potentially including Inspector General audits.

Related Government Programs

  • U-2 Aircraft Operations
  • ISR Platform Sustainment
  • Aerospace Manufacturing Services
  • Defense Logistics Support
  • Aircraft Maintenance and Repair

Risk Flags

  • Sole-source award
  • Cost-plus contract type
  • Aging aircraft platform
  • Lack of competitive benchmarking

Tags

defense, department-of-defense, department-of-the-air-force, lockheed-martin-corporation, aircraft-manufacturing, not-competed, delivery-order, cost-no-fee, california, u-2-sustainment, intelligence-surveillance-reconnaissance

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $190.0 million to LOCKHEED MARTIN CORPORATION. FY24 U-2 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 $190.0 million.

What is the period of performance?

Start: 2024-08-01. End: 2026-01-31.

What is Lockheed Martin's track record with U-2 sustainment contracts?

Lockheed Martin, as the original manufacturer of the U-2, has a long-standing and exclusive relationship with the U.S. Air Force for the aircraft's sustainment. Their track record is intrinsically tied to the operational history of the U-2 itself. Historically, they have been responsible for maintaining the platform's airworthiness, providing necessary upgrades, and ensuring the availability of spare parts. Given the aircraft's age and specialized nature, Lockheed Martin possesses unique institutional knowledge and technical data essential for its continued operation. While specific performance metrics for past sustainment efforts are not detailed here, their continued sole-source awards suggest a perceived necessity of their capabilities for this unique platform.

How does the Cost No Fee (CNF) contract type compare to other pricing arrangements for sustainment?

The Cost No Fee (CNF) contract type reimburses the contractor for all allowable costs incurred plus a fixed fee, representing profit. Unlike fixed-price contracts, CNF offers no direct incentive for the contractor to control costs, as all reasonable expenses are covered. This contrasts with Cost Plus Incentive Fee (CPIF) or Cost Plus Award Fee (CPAF) contracts, which include performance targets and award fees tied to cost savings or performance improvements. Fixed-price contracts, conversely, place the cost risk on the contractor. For sustainment of complex, aging platforms like the U-2, CNF is often used when requirements are uncertain or when the government needs maximum flexibility, but it necessitates stringent government oversight to prevent cost overruns and ensure value.

What are the primary risks associated with sustaining an aging platform like the U-2?

Sustaining an aging platform like the U-2 presents several significant risks. Firstly, the availability of parts becomes a major concern as original manufacturers may cease production, leading to reliance on dwindling inventories or costly reverse engineering. Secondly, the complexity of maintaining older systems, often with outdated technology, can increase maintenance time and labor costs. Thirdly, unforeseen technical issues and component failures are more likely to occur, potentially impacting operational readiness and requiring expensive, emergent repairs. Finally, the specialized knowledge required to maintain such platforms may be diminishing as experienced personnel retire, increasing reliance on the original equipment manufacturer and potentially driving up costs due to their unique expertise.

What is the historical spending trend for U-2 sustainment?

Historical spending data for U-2 sustainment indicates a consistent and significant investment over many years, reflecting the platform's longevity and critical role. While specific year-over-year figures fluctuate based on modernization efforts, operational tempo, and component life cycles, the overall trend shows sustained high-dollar commitments. The current $1.9 billion award for FY24-FY26 is substantial but aligns with the ongoing need to maintain this unique intelligence, surveillance, and reconnaissance (ISR) asset. Previous contract awards for U-2 sustainment have also been in the hundreds of millions of dollars annually, underscoring the continuous financial commitment required for such a specialized and aging aircraft fleet.

What are the implications of a sole-source award for future competition or innovation in U-2 related services?

A sole-source award for U-2 sustainment significantly limits the potential for future competition and innovation in related services. By awarding the contract exclusively to Lockheed Martin, the Department of Defense bypasses the opportunity to explore alternative solutions or cost-saving measures that other qualified aerospace companies might offer. This lack of competition can stifle innovation, as there is less pressure on the incumbent contractor to develop novel approaches or technologies to improve efficiency or reduce costs. Furthermore, it can create a dependency on a single provider, making it difficult for the government to transition to new technologies or different service providers in the future without incurring substantial costs or risks.

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

Pricing Type: COST NO FEE (S)

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: $199,989,531

Exercised Options: $189,989,531

Current Obligation: $189,989,531

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: FA852824D0015

IDV Type: IDC

Timeline

Start Date: 2024-08-01

Current End Date: 2026-01-31

Potential End Date: 2026-01-31 00:00:00

Last Modified: 2025-09-22

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