DoD Awards $38.6M to Lockheed Martin for Flight Control Computer Redesign, Raising Concerns Over Competition

Contract Overview

Contract Amount: $38,598,134 ($38.6M)

Contractor: Lockheed Martin Corporation

Awarding Agency: Department of Defense

Start Date: 2025-09-30

End Date: 2026-11-30

Contract Duration: 426 days

Daily Burn Rate: $90.6K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: FLIGHT CONTROL COMPUTER REDESIGN NRE EFFORT

Place of Performance

Location: STRATFORD, FAIRFIELD County, CONNECTICUT, 06614

State: Connecticut Government Spending

Plain-Language Summary

Department of Defense obligated $38.6 million to LOCKHEED MARTIN CORPORATION for work described as: FLIGHT CONTROL COMPUTER REDESIGN NRE EFFORT Key points: 1. Significant investment in critical flight control systems. 2. Sole-source award to a major defense contractor. 3. Potential for cost overruns due to cost-plus contract type. 4. Limited transparency on pricing benchmarks. 5. Impact on small business participation is unclear.

Value Assessment

Rating: questionable

The contract is a Cost Plus Fixed Fee (CPFF) type, which offers less price certainty than fixed-price contracts. Without a competitive benchmark or detailed cost breakdown, assessing the value for money is difficult.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed, indicating a sole-source award. This limits price discovery and potentially leads to higher costs for taxpayers as there is no market pressure to drive down prices.

Taxpayer Impact: The lack of competition for this significant contract may result in taxpayers paying a premium for the redesign effort.

Public Impact

Ensures continued operational readiness of naval aircraft. Supports advanced technological upgrades in defense systems. Potential for job creation within Lockheed Martin's facilities. Highlights reliance on established defense contractors for specialized components.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competition.
  • Cost-plus contract type increases cost risk.
  • Lack of public pricing benchmarks.
  • Limited small business involvement.

Positive Signals

  • Addresses critical need for system upgrade.
  • Utilizes established contractor with relevant expertise.

Sector Analysis

This contract falls within the aerospace and defense sector, specifically focusing on aircraft components. Spending in this area is often characterized by high R&D costs and long procurement cycles, with a significant portion awarded to large, established contractors.

Small Business Impact

The data indicates that small business participation is not a stated factor in this award. Given the sole-source nature and the prime contractor, opportunities for small businesses may be limited unless subcontracted.

Oversight & Accountability

The Department of the Navy is the awarding agency. Oversight will be crucial to manage costs under the CPFF structure and ensure the redesign meets technical specifications effectively.

Related Government Programs

  • Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Department of Defense Contracting
  • Department of the Navy Programs

Risk Flags

  • Lack of competition
  • Cost-plus contract type
  • Potential for cost overruns
  • Limited transparency on pricing
  • No stated small business goals

Tags

other-aircraft-parts-and-auxiliary-equip, department-of-defense, ct, delivery-order, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $38.6 million to LOCKHEED MARTIN CORPORATION. FLIGHT CONTROL COMPUTER REDESIGN NRE EFFORT

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 $38.6 million.

What is the period of performance?

Start: 2025-09-30. End: 2026-11-30.

What is the estimated cost savings or efficiency gain expected from this redesign compared to maintaining the current system?

The provided data does not specify the expected cost savings or efficiency gains from the flight control computer redesign. A thorough cost-benefit analysis would be necessary to quantify these benefits and justify the investment, especially given the sole-source and cost-plus nature of the contract.

What specific risks are associated with a sole-source award for a critical component like a flight control computer?

Sole-source awards for critical components like flight control computers carry risks of inflated pricing due to lack of competition, potential for vendor lock-in, and reduced incentive for the contractor to innovate or improve efficiency. It also limits the government's ability to leverage market competition for better terms.

How will the effectiveness of the redesigned flight control computer be measured and validated post-delivery?

Effectiveness will likely be measured through rigorous testing and validation protocols established by the Department of the Navy, including flight testing, performance benchmarks, and reliability assessments. Ensuring the redesign meets or exceeds the original specifications and enhances operational capabilities is key.

Industry Classification

NAICS: ManufacturingAerospace Product and Parts ManufacturingOther 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: 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: $38,598,134

Exercised Options: $38,598,134

Current Obligation: $38,598,134

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $5,972,742

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: 2025-09-30

Current End Date: 2026-11-30

Potential End Date: 2026-11-30 00:00:00

Last Modified: 2025-08-26

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