DoD Awards $862M IDIQ for Sniper Pods to Lockheed Martin, Limited Competition

Contract Overview

Contract Amount: $8,623,335 ($8.6M)

Contractor: Lockheed Martin Corporation

Awarding Agency: Department of Defense

Start Date: 2024-05-01

End Date: 2026-01-31

Contract Duration: 640 days

Daily Burn Rate: $13.5K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: FMS SNIPER, IRST, LANTIRN DOD PRODUCTION IDIQ

Place of Performance

Location: ORLANDO, ORANGE County, FLORIDA, 32819

State: Florida Government Spending

Plain-Language Summary

Department of Defense obligated $8.6 million to LOCKHEED MARTIN CORPORATION for work described as: FMS SNIPER, IRST, LANTIRN DOD PRODUCTION IDIQ Key points: 1. Significant contract value for advanced targeting systems. 2. Sole reliance on Lockheed Martin raises competition concerns. 3. Potential for cost overruns due to limited competition. 4. Impacts Air Force's precision strike capabilities.

Value Assessment

Rating: questionable

The contract value is substantial, but without clear benchmarks for similar advanced targeting pods, assessing value for money is difficult. The lack of competition suggests potential for higher pricing than a competitive environment might yield.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed, indicating a sole-source award to Lockheed Martin. This limits price discovery and potentially leads to higher costs for the government compared to a fully competed scenario.

Taxpayer Impact: Taxpayers may bear a higher cost due to the absence of competitive bidding, impacting the overall efficiency of defense spending.

Public Impact

Enhances Air Force's combat effectiveness with advanced targeting technology. Supports critical defense infrastructure and national security objectives. Potential for follow-on contracts and sustainment services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition
  • Sole-source award
  • Potential for price escalation

Positive Signals

  • Critical defense capability
  • Long-term production potential

Sector Analysis

This contract falls within the aerospace and defense manufacturing sector, specifically focusing on advanced sensor and targeting systems. Spending in this area is crucial for maintaining technological superiority but requires careful oversight to ensure cost-effectiveness.

Small Business Impact

The data indicates no specific set-aside for small businesses. Given the nature of the prime contractor and the specialized technology, small business participation is likely limited to subcontracting opportunities.

Oversight & Accountability

The sole-source nature of this award warrants close oversight from the Department of Defense to ensure fair pricing and performance. Robust auditing and justification for the lack of competition are essential.

Related Government Programs

  • Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Department of Defense Contracting
  • Department of the Air Force Programs

Risk Flags

  • Sole-source award limits competitive pricing.
  • Potential for cost overruns without competition.
  • Dependency on a single supplier for critical technology.
  • Lack of transparency in price discovery.

Tags

search-detection-navigation-guidance-aer, department-of-defense, fl, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $8.6 million to LOCKHEED MARTIN CORPORATION. FMS SNIPER, IRST, LANTIRN DOD PRODUCTION IDIQ

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 $8.6 million.

What is the period of performance?

Start: 2024-05-01. End: 2026-01-31.

What is the justification for awarding this significant contract on a sole-source basis, and what steps are being taken to ensure fair pricing?

The justification for a sole-source award typically involves unique capabilities or proprietary technology held by a single supplier. The Department of Defense should provide detailed documentation supporting this determination. To ensure fair pricing, mechanisms like cost realism analyses, independent government cost estimates, and potentially price negotiation strategies should be employed, even in a sole-source environment.

How does the lack of competition impact the long-term sustainment costs and potential for future upgrades of these systems?

A sole-source award can lead to higher long-term sustainment and upgrade costs as the government remains dependent on the original manufacturer. Without competitive pressure, there's less incentive for the contractor to innovate or reduce costs for maintenance and future enhancements. This necessitates careful contract management and potentially negotiating favorable terms for future modifications and support.

What is the projected return on investment or operational benefit derived from this $862 million expenditure on targeting pods?

The operational benefit is expected to be a significant enhancement in the Air Force's precision strike capabilities, improving target identification, accuracy, and mission success rates in complex environments. Quantifying the ROI is challenging but can be framed in terms of reduced collateral damage, increased mission effectiveness, and potentially lower operational tempo due to faster target acquisition.

Industry Classification

NAICS: ManufacturingNavigational, Measuring, Electromedical, and Control Instruments ManufacturingSearch, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing

Product/Service Code: COMM/DETECT/COHERENT RADIATION

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: 5600 W SAND LAKE RD # MP-265, ORLANDO, FL, 32819

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: $8,623,335

Exercised Options: $8,623,335

Current Obligation: $8,623,335

Subaward Activity

Number of Subawards: 2

Total Subaward Amount: $80,240

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Parent Contract

Parent Award PIID: FA854020D0001

IDV Type: IDC

Timeline

Start Date: 2024-05-01

Current End Date: 2026-01-31

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

Last Modified: 2025-12-29

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