DoD's $66.6M Tactical Flight Management System contract awarded to Lockheed Martin, raising questions about competition and value

Contract Overview

Contract Amount: $66,573,301 ($66.6M)

Contractor: Lockheed Martin Corp

Awarding Agency: Department of Defense

Start Date: 2024-03-01

End Date: 2027-08-06

Contract Duration: 1,253 days

Daily Burn Rate: $53.1K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: TACTICAL FLIGHT MANAGEMENT SYSTEM (TFMS 2.0)

Place of Performance

Location: MARIETTA, COBB County, GEORGIA, 30063

State: Georgia Government Spending

Plain-Language Summary

Department of Defense obligated $66.6 million to LOCKHEED MARTIN CORP for work described as: TACTICAL FLIGHT MANAGEMENT SYSTEM (TFMS 2.0) Key points: 1. Contract awarded via other than full and open competition, limiting price discovery. 2. Cost-plus-fixed-fee contract type may incentivize cost overruns. 3. No small business set-aside, potentially excluding smaller innovative firms. 4. Duration of 1253 days suggests a long-term need for the system. 5. Special Operations Command's reliance on a single source for critical flight management. 6. The contract's value is moderate within the context of major defense systems.

Value Assessment

Rating: fair

Benchmarking the value of this specific Tactical Flight Management System (TFMS 2.0) contract is challenging without detailed cost breakdowns and performance metrics. The Cost Plus Fixed Fee (CPFF) structure, while common for complex R&D, can lead to higher overall costs compared to fixed-price contracts if not managed rigorously. Comparing it to similar systems is difficult due to the specialized nature of Special Operations Command (SOCOM) requirements and the sole-source award.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded using other than full and open competition, meaning potential competitors were not solicited. This approach is typically justified by specific circumstances, such as the need for compatibility with existing systems or unique capabilities. The lack of a competitive bidding process means that the government did not benefit from a range of proposals and pricing, potentially leading to a higher cost than if multiple vendors had competed.

Taxpayer Impact: Taxpayers may be paying a premium due to the absence of competitive pressure to drive down costs. The government's negotiating position is weakened when only one vendor is considered.

Public Impact

Special Operations Command personnel will benefit from an updated and potentially more capable tactical flight management system. The system is expected to enhance operational efficiency and safety for tactical flight operations. The geographic impact is primarily within areas of SOCOM operations, likely global. Workforce implications include potential training needs for operators and maintainers of the new system.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pricing and innovation.
  • Cost-plus-fixed-fee contract type can lead to cost escalation.
  • Lack of small business participation may limit access to specialized solutions.
  • Limited transparency on specific performance metrics and cost drivers.

Positive Signals

  • Award to a known incumbent contractor (Lockheed Martin) suggests continuity and familiarity with requirements.
  • The contract addresses a critical operational need for Special Operations Command.
  • The fixed fee component of the CPFF contract provides some cost control.

Sector Analysis

The defense sector, particularly within specialized areas like Special Operations, often involves complex, high-stakes systems. The market for tactical flight management systems is niche, with a few large defense contractors dominating. Spending in this area is driven by the need for advanced technology to support unique mission requirements, often leading to sole-source or limited competition awards due to proprietary technology or integration challenges. Comparable spending benchmarks are difficult to establish due to the specialized nature of SOCOM's needs.

Small Business Impact

This contract does not appear to include a small business set-aside. The award to Lockheed Martin, a large prime contractor, suggests that subcontracting opportunities may exist for small businesses. However, the absence of a specific set-aside means that small businesses were not prioritized for the prime contract itself, potentially limiting their direct access to this significant federal spending.

Oversight & Accountability

Oversight for this contract will likely be managed by the U.S. Special Operations Command contracting office. Accountability measures are inherent in the Cost Plus Fixed Fee structure, which includes a negotiated fixed fee. Transparency may be limited due to the sole-source nature and the classified or sensitive aspects of Special Operations Command's activities. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

  • Tactical Data Links
  • Avionics Systems
  • Flight Control Systems
  • Special Operations Aviation Programs
  • Defense Intelligence Systems

Risk Flags

  • Sole-source award
  • Cost-plus contract type
  • Lack of competitive bidding
  • Potential for cost overruns
  • Limited transparency on specific performance metrics

Tags

defense, special-operations, lockheed-martin, tactical-flight-management-system, cost-plus-fixed-fee, sole-source, aviation-systems, department-of-defense, us-special-operations-command, georgia, delivery-order

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $66.6 million to LOCKHEED MARTIN CORP. TACTICAL FLIGHT MANAGEMENT SYSTEM (TFMS 2.0)

Who is the contractor on this award?

The obligated recipient is LOCKHEED MARTIN CORP.

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 $66.6 million.

What is the period of performance?

Start: 2024-03-01. End: 2027-08-06.

What is Lockheed Martin's track record with similar tactical flight management systems for SOCOM or other branches?

Lockheed Martin has a long history of providing complex systems to the Department of Defense, including aviation-related technologies. While specific details on their past performance with tactical flight management systems for SOCOM are not publicly detailed in this award notice, the company is a major defense contractor with extensive experience in avionics, command and control, and mission systems. Their track record generally includes both successful large-scale programs and instances of cost overruns or schedule delays, common in the defense industry. For this specific contract, the sole-source award implies SOCOM has confidence in Lockheed Martin's ability to meet their unique requirements, likely based on prior experience or existing platform integration.

How does the estimated value of $66.6 million compare to similar tactical flight management system contracts?

Direct comparisons for tactical flight management systems are challenging due to the highly specialized nature of SOCOM requirements and the typical sole-source or limited-competition awards in this niche. The $66.6 million figure over approximately four years (March 2024 to August 2027) represents a moderate investment for a critical system. Larger, more complex aviation system development contracts can easily run into hundreds of millions or billions of dollars. However, without knowing the specific scope, features, and technological advancements included in this TFMS 2.0, a precise value benchmark against other systems is difficult. The value is likely driven by unique operational needs rather than broad market competition.

What are the primary risks associated with a sole-source, Cost Plus Fixed Fee (CPFF) contract for a critical system like TFMS 2.0?

The primary risks associated with this contract structure are twofold. Firstly, the sole-source nature means the government did not benefit from competitive bidding, potentially leading to a higher price than if multiple vendors had vied for the contract. This reduces price discovery and negotiating leverage. Secondly, the Cost Plus Fixed Fee (CPFF) contract type, while providing a defined profit margin (the fixed fee), allows the contractor to recover all allowable costs. This can create less incentive for the contractor to control costs rigorously, as increased costs do not reduce their profit margin and may even increase it if the fee is a percentage of costs. This structure requires robust government oversight to manage costs effectively and prevent potential overruns.

What are the potential program effectiveness implications of awarding this contract to Lockheed Martin without competition?

The potential program effectiveness hinges on SOCOM's internal assessment of Lockheed Martin's capabilities and the specific requirements of TFMS 2.0. Awarding to a single, established contractor like Lockheed Martin can ensure continuity, leverage existing expertise, and potentially accelerate development if they are already familiar with SOCOM's operational environment. However, the lack of competition means that alternative, potentially more innovative or cost-effective solutions from other vendors were not explored. Program effectiveness could be limited if the chosen solution, while functional, is not the most optimal available on the market due to the absence of competitive pressure to innovate and optimize.

How does this contract fit into the broader historical spending patterns for tactical flight management systems within the DoD?

This contract represents a continuation of DoD's historical spending on sophisticated aviation systems designed to enhance operational capabilities. While specific historical data for 'Tactical Flight Management Systems' as a distinct category is not readily available, the DoD consistently invests heavily in avionics, navigation, and command and control systems for its aircraft, especially for special operations. Spending in this area is driven by technological advancements, evolving threats, and the need for specialized equipment tailored to unique mission profiles. Awards like this, even if sole-source, are part of a larger, ongoing investment strategy to maintain technological superiority in aviation assets.

Industry Classification

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

Product/Service Code: RESEARCH AND DEVELOPMENTC – National Defense R&D Services

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 86 SOUTH COBB DR, MARIETTA, GA, 30063

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: $80,073,798

Exercised Options: $80,073,798

Current Obligation: $66,573,301

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: H9240822D0001

IDV Type: IDC

Timeline

Start Date: 2024-03-01

Current End Date: 2027-08-06

Potential End Date: 2027-08-06 00:00:00

Last Modified: 2025-12-04

More Contracts from Lockheed Martin Corp

View all Lockheed Martin Corp federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending