DoD Awards $38.7M to Lockheed Martin for Space Object Tracking Sustainment

Contract Overview

Contract Amount: $38,686,699 ($38.7M)

Contractor: Lockheed Martin Corporation

Awarding Agency: Department of Defense

Start Date: 2025-05-01

End Date: 2026-04-30

Contract Duration: 364 days

Daily Burn Rate: $106.3K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: COST PLUS INCENTIVE FEE

Sector: Defense

Official Description: PROVIDE SUSTAINMENT SERVICES INCLUDING SOFT/HARDWARE OBSOLESCENCE, DEPOT SUPPORT/REPAIR, CYBER SECURITY ACCREDITATION, LOGISTICS + ENGINEERING SUPPORT OF EXISTING FIELDED WEAPON SYSTEM TO DETECT/TRACK UNKNOWN SPACE OBJECTS

Place of Performance

Location: MOORESTOWN, BURLINGTON County, NEW JERSEY, 08057

State: New Jersey Government Spending

Plain-Language Summary

Department of Defense obligated $38.7 million to LOCKHEED MARTIN CORPORATION for work described as: PROVIDE SUSTAINMENT SERVICES INCLUDING SOFT/HARDWARE OBSOLESCENCE, DEPOT SUPPORT/REPAIR, CYBER SECURITY ACCREDITATION, LOGISTICS + ENGINEERING SUPPORT OF EXISTING FIELDED WEAPON SYSTEM TO DETECT/TRACK UNKNOWN SPACE OBJECTS Key points: 1. Sustainment services for a critical space object detection and tracking weapon system. 2. Sole-source award to Lockheed Martin, raising questions about competition and price. 3. High-risk contract type (Cost Plus Incentive Fee) may incentivize cost overruns. 4. Focus on obsolescence management and cybersecurity is crucial for system longevity.

Value Assessment

Rating: questionable

The Cost Plus Incentive Fee (CPIF) contract type can lead to higher costs if not managed tightly. Benchmarking is difficult without comparable sole-source sustainment contracts for similar complex weapon systems.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed, indicating a lack of market research or a determination that only Lockheed Martin could provide the necessary specialized sustainment. This limits price discovery and potentially increases costs for taxpayers.

Taxpayer Impact: The absence of competition may result in higher prices than could be achieved through a competitive process, impacting taxpayer value.

Public Impact

Ensures continued operation of a vital system for national security in space. Addresses potential vulnerabilities from hardware and software obsolescence. Maintains cybersecurity posture for a critical defense asset. Supports ongoing logistics and engineering for the fielded weapon system.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competition.
  • CPIF contract type can lead to cost overruns.
  • Potential for vendor lock-in on sustainment services.

Positive Signals

  • Addresses critical obsolescence and cybersecurity needs.
  • Ensures continuity of operations for a key defense system.
  • Provides essential engineering and logistics support.

Sector Analysis

This contract falls within the defense sector, specifically focusing on advanced systems for space domain awareness. Spending benchmarks for sustainment of highly specialized weapon systems are often difficult to establish due to unique requirements and limited contractor availability.

Small Business Impact

The contract was awarded to Lockheed Martin Corporation, a large business. There is no indication of subcontracting opportunities for small businesses in the provided data.

Oversight & Accountability

The CPIF contract type requires robust oversight to ensure contractor performance and cost control. The Department of the Air Force will need to closely monitor expenditures and adherence to performance incentives.

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
  • Cost Plus Incentive Fee contract type
  • Potential for cost overruns
  • Lack of transparency in price discovery
  • Dependency on a single contractor for critical sustainment

Tags

search-detection-navigation-guidance-aer, department-of-defense, nj, definitive-contract, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $38.7 million to LOCKHEED MARTIN CORPORATION. PROVIDE SUSTAINMENT SERVICES INCLUDING SOFT/HARDWARE OBSOLESCENCE, DEPOT SUPPORT/REPAIR, CYBER SECURITY ACCREDITATION, LOGISTICS + ENGINEERING SUPPORT OF EXISTING FIELDED WEAPON SYSTEM TO DETECT/TRACK UNKNOWN SPACE OBJECTS

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 $38.7 million.

What is the period of performance?

Start: 2025-05-01. End: 2026-04-30.

What is the justification for the sole-source award, and what steps are being taken to ensure fair pricing?

The justification for a sole-source award typically stems from unique capabilities or proprietary technology held by a single contractor. For this contract, it's likely tied to Lockheed Martin's specific knowledge of the fielded weapon system. To ensure fair pricing, the government should conduct thorough cost realism analyses and potentially negotiate incentive structures that strongly penalize cost overruns while rewarding efficiency.

What are the primary risks associated with the CPIF contract type for this specific system?

The primary risk with a CPIF contract is that the contractor may not be sufficiently motivated to control costs if the target cost is set too high or the incentive structure is weak. For a complex sustainment program like this, cost overruns could be significant, impacting the overall value for taxpayers. Effective government oversight and clear performance metrics are crucial to mitigate this risk.

How will the effectiveness of the sustainment services be measured to ensure the weapon system remains operational and secure?

Effectiveness will likely be measured through key performance indicators (KPIs) related to system uptime, response times for repairs and obsolescence mitigation, successful cybersecurity accreditation renewals, and timely delivery of engineering and logistics support. Regular performance reviews and adherence to defined service level agreements will be critical for assessing and ensuring the system's continued operational readiness and security.

Industry Classification

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

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR BUILDINGS

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: FA882025RB002

Offers Received: 1

Pricing Type: COST PLUS INCENTIVE FEE (V)

Evaluated Preference: NONE

Contractor Details

Address: 199 BORTON LANDING RD, MOORESTOWN, NJ, 08057

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: $59,948,252

Exercised Options: $38,686,699

Current Obligation: $38,686,699

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Timeline

Start Date: 2025-05-01

Current End Date: 2026-04-30

Potential End Date: 2027-04-30 00:00:00

Last Modified: 2025-09-29

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