DoD awards $93M to Lockheed Martin for SQQ-89A(V)15 system upgrades, impacting naval sonar capabilities

Contract Overview

Contract Amount: $93,164,367 ($93.2M)

Contractor: Lockheed Martin Corporation

Awarding Agency: Department of Defense

Start Date: 2007-06-08

End Date: 2015-06-24

Contract Duration: 2,938 days

Daily Burn Rate: $31.7K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: COST PLUS FIXED FEE

Sector: Defense

Official Description: NON-RECURRING ENGINEERING AND UPGRADE KITS FOR THE SQQ-89A(V)15 SYSTEMS.

Place of Performance

Location: LIVERPOOL, ONONDAGA County, NEW YORK, 13088

State: New York Government Spending

Plain-Language Summary

Department of Defense obligated $93.2 million to LOCKHEED MARTIN CORPORATION for work described as: NON-RECURRING ENGINEERING AND UPGRADE KITS FOR THE SQQ-89A(V)15 SYSTEMS. Key points: 1. Significant investment in critical naval sonar technology. 2. Sole awardee suggests specialized expertise or limited market. 3. Long contract duration (2007-2015) may indicate project complexity or evolving requirements. 4. Focus on non-recurring engineering and upgrade kits points to modernization efforts.

Value Assessment

Rating: fair

The contract's Cost Plus Fixed Fee (CPFF) structure can lead to cost overruns if not managed tightly. Benchmarking against similar complex defense system upgrades is difficult without more granular cost data.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

Despite being awarded as a definitive contract, the 'full and open competition' designation suggests multiple bids were considered. However, the sole awardee implies Lockheed Martin was selected as the most capable or cost-effective option.

Taxpayer Impact: Taxpayer funds are directed towards enhancing national defense capabilities through advanced sonar technology.

Public Impact

Enhances the detection and tracking capabilities of U.S. Navy vessels. Supports anti-submarine warfare (ASW) operations, a key component of maritime security. Contributes to the technological superiority of naval platforms.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • CPFF contract type can incentivize higher costs.
  • Lack of specific performance metrics makes value assessment challenging.
  • Long duration may mask inefficiencies.

Positive Signals

  • Addresses critical national security needs.
  • Leverages established defense contractor expertise.
  • Modernizes essential naval systems.

Sector Analysis

This contract falls within the Defense sector, specifically focusing on advanced electronic systems for naval applications. Spending benchmarks for complex, non-recurring engineering on specialized defense platforms are highly variable.

Small Business Impact

The contract was awarded to Lockheed Martin Corporation, a large prime contractor. There is no indication of small business subcontracting in the provided data, suggesting limited direct impact on small businesses.

Oversight & Accountability

The Department of Defense, through the Defense Contract Management Agency, is responsible for overseeing this contract. Robust oversight is crucial given the CPFF structure and the critical nature of the systems being upgraded.

Related Government Programs

  • Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Department of Defense Contracting
  • Defense Contract Management Agency Programs

Risk Flags

  • Cost Plus Fixed Fee (CPFF) contract type.
  • Long contract duration.
  • Lack of detailed performance metrics.
  • Sole awardee despite 'full and open' designation.

Tags

search-detection-navigation-guidance-aer, department-of-defense, ny, definitive-contract, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $93.2 million to LOCKHEED MARTIN CORPORATION. NON-RECURRING ENGINEERING AND UPGRADE KITS FOR THE SQQ-89A(V)15 SYSTEMS.

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 Contract Management Agency).

What is the total obligated amount?

The obligated amount is $93.2 million.

What is the period of performance?

Start: 2007-06-08. End: 2015-06-24.

What was the competitive landscape like for this specific upgrade, and did the 'full and open' competition truly drive down costs?

While advertised as 'full and open,' the award to a single entity, Lockheed Martin, raises questions about the breadth of actual competition. The CPFF structure, combined with the lack of detailed cost breakdowns, makes it difficult to definitively assess if the competition effectively drove down costs or if the price reflected the unique capabilities required for the SQQ-89A(V)15 system.

How does the cost of these upgrade kits compare to the overall lifecycle cost of the SQQ-89A(V)15 system, and what is the projected return on investment?

Without specific cost breakdowns for the upgrade kits versus the total system cost, a precise ROI is difficult to calculate. However, the $93 million investment aims to enhance the system's effectiveness, potentially extending its operational life and improving mission success rates, which are critical for naval defense and justify the expenditure.

What specific technological advancements or performance improvements were realized through this non-recurring engineering effort?

The data indicates the contract was for 'non-recurring engineering and upgrade kits,' suggesting the goal was to introduce new capabilities or significantly improve existing ones in the SQQ-89A(V)15 sonar system. These likely include enhanced detection ranges, improved signal processing, better target classification, and potentially reduced false alarm rates, all crucial for modern naval warfare.

Industry Classification

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

Product/Service Code: FIRE CONTROL EQPT.

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: N0002407R5202

Offers Received: 1

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Parent Company: Lockheed Martin Corp (UEI: 834951691)

Address: 497 ELECTRONICS PKWY # 5 # BLD, LIVERPOOL, NY, 13088

Business Categories: Category Business, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $109,579,027

Exercised Options: $94,547,929

Current Obligation: $93,164,367

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Cost or Pricing Data: YES

Timeline

Start Date: 2007-06-08

Current End Date: 2015-06-24

Potential End Date: 2015-06-24 00:00:00

Last Modified: 2020-10-09

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