DoD's B-52H ACU Redesign Contract Awarded to Lockheed Martin for $168.7M

Contract Overview

Contract Amount: $16,867,661 ($16.9M)

Contractor: Lockheed Martin Corporation

Awarding Agency: Department of Defense

Start Date: 2025-05-08

End Date: 2026-04-30

Contract Duration: 357 days

Daily Burn Rate: $47.2K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: THE ADVANCED TECHNOLOGY SUPPORT PROGRAM (ATSP) CONTRACT ACQUIRES PROGRESSIVE MICROELECTRONIC CAPABILITY SOLUTIONS FOR B-52H AVIONICS CONTROL UNIT (ACU) REDESIGN

Place of Performance

Location: OWEGO, TIOGA County, NEW YORK, 13827

State: New York Government Spending

Plain-Language Summary

Department of Defense obligated $16.9 million to LOCKHEED MARTIN CORPORATION for work described as: THE ADVANCED TECHNOLOGY SUPPORT PROGRAM (ATSP) CONTRACT ACQUIRES PROGRESSIVE MICROELECTRONIC CAPABILITY SOLUTIONS FOR B-52H AVIONICS CONTROL UNIT (ACU) REDESIGN Key points: 1. The contract focuses on critical B-52H avionics control unit redesign, a key component for the aircraft's modernization. 2. Lockheed Martin, a major defense contractor, secured this award, indicating significant market presence. 3. The contract's cost-plus-fixed-fee structure warrants close monitoring to ensure cost containment. 4. This award falls within the Engineering Services sector, supporting advanced microelectronic capabilities.

Value Assessment

Rating: fair

The Cost Plus Fixed Fee (CPFF) contract type can lead to cost overruns if not managed diligently. Benchmarking against similar complex avionics redesign projects is difficult without more detailed cost breakdowns.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, suggesting a competitive bidding process. However, the specific pricing mechanisms within the CPFF structure will determine the ultimate price discovery effectiveness.

Taxpayer Impact: Taxpayer funds are being used for a critical defense modernization effort. Effective cost management is essential to ensure value for money and minimize potential overspending.

Public Impact

Enhances the operational readiness and lifespan of the B-52H bomber fleet. Supports the development of advanced microelectronic solutions for aging military aircraft. Contributes to the technological superiority of U.S. Air Force assets. Potential for follow-on contracts related to B-52H upgrades and maintenance.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Cost-plus-fixed-fee contract type requires vigilant oversight to prevent cost escalation.
  • Limited visibility into specific cost drivers for the microelectronic solutions.
  • Potential for scope creep in complex redesign projects.

Positive Signals

  • Addresses a critical need for B-52H modernization.
  • Awarded through full and open competition.
  • Supports advanced technological development in microelectronics.

Sector Analysis

This contract falls under Engineering Services, specifically supporting advanced microelectronics for defense applications. Spending in this sector is often driven by modernization efforts and technological advancements in military hardware.

Small Business Impact

The data indicates this contract was not awarded to small businesses, as Lockheed Martin is a large corporation. There is no information provided on subcontracting opportunities for small businesses within this award.

Oversight & Accountability

The Department of Defense and the Defense Microelectronics Activity are responsible for oversight. The CPFF contract type necessitates robust financial tracking and performance monitoring to ensure accountability and prevent waste.

Related Government Programs

  • Engineering Services
  • Department of Defense Contracting
  • Defense Microelectronics Activity Programs

Risk Flags

  • Cost Overruns (CPFF)
  • Technological Obsolescence
  • Integration Complexity
  • Supply Chain Risks
  • Performance in Harsh Environments

Tags

engineering-services, department-of-defense, ny, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $16.9 million to LOCKHEED MARTIN CORPORATION. THE ADVANCED TECHNOLOGY SUPPORT PROGRAM (ATSP) CONTRACT ACQUIRES PROGRESSIVE MICROELECTRONIC CAPABILITY SOLUTIONS FOR B-52H AVIONICS CONTROL UNIT (ACU) REDESIGN

Who is the contractor on this award?

The obligated recipient is LOCKHEED MARTIN CORPORATION.

Which agency awarded this contract?

Awarding agency: Department of Defense (Defense Microelectronics Activity).

What is the total obligated amount?

The obligated amount is $16.9 million.

What is the period of performance?

Start: 2025-05-08. End: 2026-04-30.

What is the projected cost savings or efficiency gain from redesigning the B-52H ACU?

The provided data does not specify projected cost savings or efficiency gains. The primary objective appears to be modernization and capability enhancement rather than direct cost reduction. Further analysis would be needed to quantify potential long-term operational efficiencies or maintenance cost reductions resulting from the redesign.

What are the specific risks associated with the microelectronic solutions for the B-52H ACU?

Risks could include technological obsolescence of the new microelectronics, integration challenges with existing B-52H systems, supply chain vulnerabilities for specialized components, and the potential for performance issues in harsh operational environments. The CPFF structure also introduces financial risk if costs are not managed effectively.

How will the effectiveness of the redesigned ACU be measured and validated?

Effectiveness will likely be measured through rigorous testing and validation protocols, including ground tests, flight tests, and operational assessments. Key performance indicators would focus on reliability, functionality, maintainability, and compatibility with the B-52H platform's mission requirements. Independent verification and validation may also be employed.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesEngineering Services

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 1801 STATE RT 17 C, OWEGO, NY, 13827

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: $16,867,661

Exercised Options: $16,867,661

Current Obligation: $16,867,661

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: HQ072716D0001

IDV Type: IDC

Timeline

Start Date: 2025-05-08

Current End Date: 2026-04-30

Potential End Date: 2026-04-30 00:00:00

Last Modified: 2025-07-24

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