DoD awards $18M for aircraft parts, with Lockheed Martin as sole source
Contract Overview
Contract Amount: $18,011,818 ($18.0M)
Contractor: Lockheed Martin Corporation
Awarding Agency: Department of Defense
Start Date: 2021-10-01
End Date: 2025-09-30
Contract Duration: 1,460 days
Daily Burn Rate: $12.3K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: SDTA DEPLOYABLE, KITS & ASSOCIATED SEPM
Place of Performance
Location: STRATFORD, FAIRFIELD County, CONNECTICUT, 06614
Plain-Language Summary
Department of Defense obligated $18.0 million to LOCKHEED MARTIN CORPORATION for work described as: SDTA DEPLOYABLE, KITS & ASSOCIATED SEPM Key points: 1. Contract awarded to a single vendor raises questions about price competitiveness. 2. Limited competition may lead to higher costs for taxpayers. 3. The contract duration of nearly four years suggests a long-term need for these parts. 4. The specific North American Industry Classification System (NAICS) code indicates a focus on specialized aircraft equipment. 5. The contract's value is moderate within the context of large defense procurements. 6. The firm-fixed-price structure shifts some cost risk to the government.
Value Assessment
Rating: questionable
Benchmarking the value of this contract is challenging due to the sole-source nature and lack of publicly available comparable pricing. The $18 million award over nearly four years suggests an average annual spend of approximately $4.5 million. Without competitive bids, it's difficult to ascertain if this represents a fair market price. The firm-fixed-price contract type offers some cost certainty but does not inherently guarantee value for money when competition is absent.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one vendor, Lockheed Martin Corporation, was solicited. This approach bypasses the standard competitive bidding process. While sole-source awards can be justified in specific circumstances (e.g., unique capabilities, urgent needs), they limit the government's ability to explore alternative solutions and potentially secure lower prices through competition.
Taxpayer Impact: The lack of competition means taxpayers may not benefit from the cost savings that typically arise from a competitive bidding environment. The government did not have the opportunity to compare offers and select the most cost-effective solution.
Public Impact
The Department of the Navy benefits from the acquisition of critical aircraft parts. This contract supports the maintenance and operational readiness of naval aircraft. The geographic impact is primarily linked to Lockheed Martin's facilities and naval bases where these parts are utilized. The contract supports jobs within the aerospace manufacturing sector, specifically at Lockheed Martin.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price discovery and potential savings.
- Firm-fixed-price contract shifts some cost overrun risk to the government.
- Lack of transparency in the justification for sole-sourcing.
- Potential for complacency from the sole contractor due to lack of competition.
Positive Signals
- Award to a large, established defense contractor suggests potential for reliable delivery.
- Contract duration indicates a stable, long-term requirement, allowing for potential production efficiencies.
- Firm-fixed-price contract provides budget predictability.
Sector Analysis
This contract falls within the aerospace and defense manufacturing sector, specifically focusing on aircraft parts. The NAICS code 336413 covers the manufacturing of other aircraft parts and auxiliary equipment. The defense industry relies heavily on specialized manufacturers like Lockheed Martin for critical components. Spending in this sector is substantial, driven by national security requirements and the need to maintain aging aircraft fleets.
Small Business Impact
This contract was not competed and there is no indication of small business set-asides or subcontracting requirements. As a sole-source award to a large prime contractor, it is unlikely to directly benefit small businesses through set-aside provisions. The impact on the small business ecosystem would be indirect, potentially through Lockheed Martin's own supply chain, but this is not explicitly detailed in the provided data.
Oversight & Accountability
The contract is subject to standard Department of Defense oversight mechanisms. As a firm-fixed-price contract, financial oversight will focus on ensuring delivery according to specifications and schedule. Transparency regarding the justification for the sole-source award would be crucial for public accountability. Inspector General jurisdiction would apply to any allegations of fraud, waste, or abuse.
Related Government Programs
- Aircraft Parts Manufacturing
- Defense Logistics
- Naval Aviation Support
- Aerospace Components
Risk Flags
- Sole-source award
- Lack of competition
- Potential for inflated pricing
- Limited transparency on justification
Tags
defense, department-of-the-navy, lockheed-martin-corporation, sole-source, firm-fixed-price, aircraft-parts, manufacturing, connecticut, naics-336413, delivery-order
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $18.0 million to LOCKHEED MARTIN CORPORATION. SDTA DEPLOYABLE, KITS & ASSOCIATED SEPM
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 Navy).
What is the total obligated amount?
The obligated amount is $18.0 million.
What is the period of performance?
Start: 2021-10-01. End: 2025-09-30.
What is the specific justification provided by the Department of the Navy for awarding this contract on a sole-source basis to Lockheed Martin Corporation?
The provided data indicates the contract was 'NOT COMPETED' and awarded to 'LOCKHEED MARTIN CORPORATION' under a sole-source designation. Typically, sole-source justifications are required by federal acquisition regulations when only one responsible source is available or when the public exigency requires immediate delivery. Common reasons include unique technical capabilities, proprietary technology, or a critical need that cannot be met by other vendors within the required timeframe. Without the specific justification document (e.g., a Justification and Approval - J&A), the precise rationale remains unknown. This lack of competition limits the government's ability to explore alternative solutions and potentially achieve better pricing through a competitive process.
How does the $18 million contract value compare to historical spending on similar aircraft parts by the Department of the Navy or other defense agencies?
Comparing the $18 million contract value requires access to historical spending data for similar aircraft parts, which is not directly provided. However, $18 million over nearly four years (approximately $4.5 million annually) is a moderate-sized award within the defense sector. Large defense contracts can range from tens of millions to billions of dollars. To assess value, one would need to benchmark this against contracts for comparable parts (e.g., engines, avionics, structural components) procured by the Navy or other branches. The sole-source nature of this award makes direct price comparisons difficult, as competitive bids often drive prices down. Without specific comparable data, it's hard to definitively state if this represents good or poor value.
What are the primary risks associated with a sole-source contract of this magnitude and duration?
The primary risks associated with a sole-source contract of this magnitude ($18 million) and duration (nearly four years) include: 1. **Price:** The government may pay a higher price than if the contract were competed, as there is no competitive pressure to offer the lowest possible cost. 2. **Lack of Innovation:** The contractor may have less incentive to innovate or improve efficiency since they are guaranteed the business without facing competition. 3. **Contractor Leverage:** The sole contractor holds significant leverage, potentially leading to less favorable terms or difficulty in negotiating changes. 4. **Dependency:** The government becomes dependent on a single supplier, creating vulnerability if that supplier faces production issues, financial instability, or decides to discontinue the product line.
What is the expected performance context and impact on operational readiness for the Department of the Navy given this contract?
This contract is for 'SDTA DEPLOYABLE, KITS & ASSOCIATED SEPM,' which suggests it provides essential components or systems for deployable platforms, likely related to aircraft maintenance, modification, or operational readiness. The duration of nearly four years indicates a sustained need for these parts. Successful execution of this contract is expected to ensure the availability of critical aircraft, thereby supporting the Navy's operational missions and readiness posture. The specific impact on readiness depends on the criticality of the 'SDTA DEPLOYABLE' items and their role in maintaining aircraft serviceability.
What does the firm-fixed-price (FFP) contract type imply about cost control and risk allocation in this $18 million award?
A Firm-Fixed-Price (FFP) contract type means that the contractor, Lockheed Martin Corporation, is obligated to perform the work for a stated price, regardless of the actual costs incurred. This structure places the primary risk of cost overruns on the contractor. For the government, it offers budget certainty, as the price is fixed. However, in a sole-source scenario, the 'fixed' price might be higher than it would be in a competitive environment. The government's main concern under FFP is ensuring the contractor delivers the specified goods or services at the agreed-upon price and quality. Oversight focuses on contract compliance rather than detailed cost analysis, unless there are suspicions of contractor fraud or mischarging.
Industry Classification
NAICS: Manufacturing › Aerospace Product and Parts Manufacturing › Other Aircraft Parts and Auxiliary Equipment Manufacturing
Product/Service Code: AEROSPACE CRAFT AND STRUCTURAL COMPONENTS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
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: $49,612,067
Exercised Options: $18,011,818
Current Obligation: $18,011,818
Subaward Activity
Number of Subawards: 45
Total Subaward Amount: $4,527,518
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N0001919G0029
IDV Type: BOA
Timeline
Start Date: 2021-10-01
Current End Date: 2025-09-30
Potential End Date: 2025-10-31 00:00:00
Last Modified: 2025-09-29
More Contracts from Lockheed Martin Corporation
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Department of Defense)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Department of Defense)
- THE Purpose of This Modification IS to Award F-35A Lrip 15 Usaf Aircraft* Long Lead Funding — $30.1B (Department of Defense)
- THE Purpose of This Contract IS to Award Long Lead Funding for F-35A, F-35B, and F-35C Aircraft for U.S. Services, Non-Dod Partners, and FMS Customers — $24.5B (Department of Defense)
- Lrip 11 AAC — $12.3B (Department of Defense)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)