DoD Awards $15.6M for LCSM Sustainment to Lockheed Martin Under Full and Open Competition

Contract Overview

Contract Amount: $15,570,483 ($15.6M)

Contractor: Lockheed Martin Corporation

Awarding Agency: Department of Defense

Start Date: 2018-07-01

End Date: 2023-06-30

Contract Duration: 1,825 days

Daily Burn Rate: $8.5K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: S351 SUSTAINMENT LCSM TASK ORDER AWARD

Place of Performance

Location: LEXINGTON, FAYETTE County, KENTUCKY, 40516

State: Kentucky Government Spending

Plain-Language Summary

Department of Defense obligated $15.6 million to LOCKHEED MARTIN CORPORATION for work described as: S351 SUSTAINMENT LCSM TASK ORDER AWARD Key points: 1. Significant contract value for sustainment services. 2. Awarded to a major defense contractor, indicating established capabilities. 3. Potential for cost overruns given Cost Plus Fixed Fee contract type. 4. Services fall under 'All Other Support Services' sector.

Value Assessment

Rating: good

The contract value of $15.6M appears reasonable for a 5-year sustainment task order for LCSM. Benchmarking against similar complex system sustainment contracts would provide a more definitive assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, suggesting a robust price discovery process. This method typically leads to more competitive pricing.

Taxpayer Impact: Full and open competition generally benefits taxpayers by driving down costs through market forces.

Public Impact

Ensures continued operational readiness of LCSM assets. Supports critical mission capabilities for U.S. Special Operations Command. Maintains employment within the defense industrial base.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Cost Plus Fixed Fee contract type can incentivize contractor to increase costs.
  • Long duration (5 years) may lead to scope creep or evolving requirements.
  • Lack of specific performance metrics in provided data.

Positive Signals

  • Awarded under full and open competition.
  • Awarded to a known, established contractor.
  • Supports critical national security assets.

Sector Analysis

This contract falls under general support services, often associated with the defense sector's need for specialized maintenance and operational support. Benchmarks for similar sustainment contracts vary widely based on system complexity and duration.

Small Business Impact

The prime contractor is Lockheed Martin Corporation, a large business. There is no indication of small business participation in the provided data.

Oversight & Accountability

The Department of Defense and U.S. Special Operations Command are responsible for oversight. The Cost Plus Fixed Fee structure requires diligent monitoring to control costs.

Related Government Programs

  • All Other Support Services
  • Department of Defense Contracting
  • U.S. Special Operations Command Programs

Risk Flags

  • Cost Plus Fixed Fee contract type.
  • Long contract duration.
  • Potential for undefined scope creep.
  • Lack of specific performance metrics provided.

Tags

all-other-support-services, department-of-defense, ky, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $15.6 million to LOCKHEED MARTIN CORPORATION. S351 SUSTAINMENT LCSM TASK ORDER AWARD

Who is the contractor on this award?

The obligated recipient is LOCKHEED MARTIN CORPORATION.

Which agency awarded this contract?

Awarding agency: Department of Defense (U.S. Special Operations Command).

What is the total obligated amount?

The obligated amount is $15.6 million.

What is the period of performance?

Start: 2018-07-01. End: 2023-06-30.

What is the specific breakdown of costs within the Cost Plus Fixed Fee structure, and how are profit margins determined?

The Cost Plus Fixed Fee (CPFF) structure involves the contractor being reimbursed for allowable costs plus a fixed fee representing profit. Oversight is crucial to ensure costs are reasonable and allocable. The fixed fee is negotiated upfront and should reflect the contractor's risk and effort. Detailed financial reporting and audits are necessary to verify cost allowability and prevent contractor overreach.

What are the key performance indicators (KPIs) for this sustainment contract, and how is performance measured?

Key performance indicators (KPIs) for sustainment contracts typically include metrics such as system availability, mean time between failures (MTBF), response times for maintenance, and adherence to maintenance schedules. Performance is usually measured through regular reporting, site visits, and operational data analysis. The effectiveness of the sustainment effort is directly tied to the operational readiness of the LCSM assets.

How does the sustainment of LCSM contribute to the overall mission effectiveness of U.S. Special Operations Command?

Effective sustainment of LCSM assets is critical for ensuring their operational readiness and reliability, directly impacting the success of U.S. Special Operations Command missions. Reliable platforms allow operators to execute complex and often high-stakes operations without interruption. Conversely, sustainment failures can lead to mission delays, increased risk to personnel, and reduced operational capability.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesOther Support ServicesAll Other Support Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)MANAGEMENT SUPPORT SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: H9225416R0001

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 5749 BRIAR HILL RD, LEXINGTON, KY, 40516

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: $15,570,483

Exercised Options: $15,570,483

Current Obligation: $15,570,483

Subaward Activity

Number of Subawards: 67

Total Subaward Amount: $25,119,294

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: H9225417D0001

IDV Type: IDC

Timeline

Start Date: 2018-07-01

Current End Date: 2023-06-30

Potential End Date: 2023-06-30 00:00:00

Last Modified: 2025-09-18

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