DoD Awards $44.3M for JASSM ITIK Production to Lockheed Martin, No Competition

Contract Overview

Contract Amount: $44,303,378 ($44.3M)

Contractor: Lockheed Martin Corporation

Awarding Agency: Department of Defense

Start Date: 2017-09-28

End Date: 2024-11-30

Contract Duration: 2,620 days

Daily Burn Rate: $16.9K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: JOINT AIR TO SURFACE STANDOFF MISSILE (JASSM) - INTELLIGENT TEST INSTRUMENTATION KIT (ITIK) PRODUCTION

Place of Performance

Location: ORLANDO, ORANGE County, FLORIDA, 32819

State: Florida Government Spending

Plain-Language Summary

Department of Defense obligated $44.3 million to LOCKHEED MARTIN CORPORATION for work described as: JOINT AIR TO SURFACE STANDOFF MISSILE (JASSM) - INTELLIGENT TEST INSTRUMENTATION KIT (ITIK) PRODUCTION Key points: 1. Significant contract value for specialized missile testing equipment. 2. Sole-source award to Lockheed Martin raises questions about price discovery. 3. Long contract duration (7+ years) may not reflect current market conditions. 4. Focus on a single prime contractor for critical test instrumentation.

Value Assessment

Rating: questionable

The $44.3 million award for the JASSM ITIK Production is a substantial amount for specialized test equipment. Without competitive bidding, it's difficult to assess if this price is optimal compared to potential market alternatives or if it reflects fair and reasonable pricing.

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 lack of competition limits the government's ability to leverage market forces for better pricing and potentially innovative solutions.

Taxpayer Impact: The absence of competition may lead to higher costs for taxpayers, as there was no pressure on the contractor to offer the most competitive price.

Public Impact

Ensures continued availability of critical testing capabilities for the JASSM missile program. Supports advanced missile development and readiness for the U.S. Air Force. Potential for cost overruns due to lack of competitive pressure. Limited visibility into the cost-effectiveness of the awarded price.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award
  • Long contract duration
  • Lack of price competition

Positive Signals

  • Supports critical defense program
  • Established contractor with program knowledge

Sector Analysis

The defense sector, particularly for advanced weapon systems like the JASSM, often involves complex and specialized components. Spending benchmarks for such niche instrumentation kits are difficult to establish due to limited market availability and proprietary technology.

Small Business Impact

This contract does not appear to involve small business participation, as it is a sole-source award to a large prime contractor. Further analysis would be needed to determine if any subcontracting opportunities exist for small businesses.

Oversight & Accountability

The sole-source nature of this award warrants close oversight to ensure the contractor is meeting performance requirements and that costs remain reasonable throughout the contract's extended duration. Transparency in pricing and progress reporting is crucial.

Related Government Programs

  • Guided Missile and Space Vehicle Manufacturing
  • Department of Defense Contracting
  • Department of the Air Force Programs

Risk Flags

  • Lack of competition
  • Potential for cost creep
  • Long contract duration
  • Limited transparency on pricing justification

Tags

guided-missile-and-space-vehicle-manufac, department-of-defense, fl, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $44.3 million to LOCKHEED MARTIN CORPORATION. JOINT AIR TO SURFACE STANDOFF MISSILE (JASSM) - INTELLIGENT TEST INSTRUMENTATION KIT (ITIK) 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 $44.3 million.

What is the period of performance?

Start: 2017-09-28. End: 2024-11-30.

What is the justification for the sole-source award, and were alternative procurement methods considered?

The justification for a sole-source award typically stems from unique capabilities, proprietary technology, or urgent needs where only one source can fulfill the requirement. The Department of Defense would need to provide documentation detailing why competition was not feasible or advantageous for this specific JASSM ITIK production contract, and whether any market research was conducted to identify potential alternative sources or solutions.

How is the government ensuring fair and reasonable pricing without competitive bidding?

Without competition, the government relies on robust cost analysis, price negotiation, and contract surveillance. This involves scrutinizing the contractor's proposed costs, verifying their accuracy and allowability, and potentially using historical pricing data or independent cost estimates. Regular audits and performance reviews are essential to monitor expenditures and ensure value for money.

What is the long-term strategy for acquiring this specialized test instrumentation, and will future procurements be competed?

The long-term strategy is unclear from this award alone. While this contract covers production through November 2024, future needs for JASSM ITIK or similar instrumentation should ideally be subject to competitive bidding to ensure optimal pricing and access to innovation. The government should explore opportunities to break down requirements or foster competition for future iterations.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingGuided Missile and Space Vehicle Manufacturing

Product/Service Code: GUIDED MISSLES

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: $45,876,197

Exercised Options: $45,876,197

Current Obligation: $44,303,378

Actual Outlays: $635,452

Subaward Activity

Number of Subawards: 55

Total Subaward Amount: $47,464,863

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: FA868217D0002

IDV Type: IDC

Timeline

Start Date: 2017-09-28

Current End Date: 2024-11-30

Potential End Date: 2024-11-30 00:00:00

Last Modified: 2025-06-18

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