NASA awards $18.1M for Advanced Technology Engineering Services to Lockheed Martin
Contract Overview
Contract Amount: $18,131,341 ($18.1M)
Contractor: Lockheed Martin Corporation
Awarding Agency: National Aeronautics and Space Administration
Start Date: 2014-03-05
End Date: 2020-08-30
Contract Duration: 2,370 days
Daily Burn Rate: $7.7K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: COST PLUS FIXED FEE
Sector: R&D
Official Description: IGF::OT::IGF ADVANCED TECHNOLOGY
Place of Performance
Location: PALMDALE, LOS ANGELES County, CALIFORNIA, 93590
Plain-Language Summary
National Aeronautics and Space Administration obligated $18.1 million to LOCKHEED MARTIN CORPORATION for work described as: IGF::OT::IGF ADVANCED TECHNOLOGY Key points: 1. Significant contract value for specialized engineering services. 2. Sole-source award to Lockheed Martin suggests unique capabilities or limited options. 3. Long contract duration (2014-2020) indicates sustained need. 4. Focus on advanced technology development within NASA's mission.
Value Assessment
Rating: fair
The contract type is Cost Plus Fixed Fee, which can lead to cost overruns if not managed carefully. Without a competitive benchmark, assessing the pricing against similar services 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 increases costs compared to a competitive bidding process.
Taxpayer Impact: The lack of competition may result in taxpayers paying a premium for these advanced technology engineering services.
Public Impact
Supports NASA's advanced technology research and development. Potential for groundbreaking innovations in aerospace and related fields. Contract duration suggests long-term strategic importance for NASA programs.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and price transparency.
- Cost Plus Fixed Fee contract type carries inherent cost overrun risk.
- Lack of clear per-unit cost benchmark makes value assessment challenging.
Positive Signals
- Supports critical advanced technology development for NASA.
- Long-term contract indicates sustained program support.
- Award to a major aerospace contractor like Lockheed Martin suggests capability.
Sector Analysis
This contract falls under Engineering Services, a sector often characterized by specialized expertise and high R&D investment. Spending in this area is crucial for technological advancement but requires careful oversight due to complexity.
Small Business Impact
The data does not indicate any involvement of small businesses in this contract, suggesting it was awarded to a large prime contractor.
Oversight & Accountability
The sole-source nature of this award warrants close oversight to ensure fair pricing and effective delivery of services. NASA's procurement regulations should be strictly followed.
Related Government Programs
- Engineering Services
- National Aeronautics and Space Administration Contracting
- National Aeronautics and Space Administration Programs
Risk Flags
- Sole-source award
- Cost Plus Fixed Fee contract type
- Lack of competition
- No clear per-unit cost benchmark
- Long contract duration without clear performance milestones
Tags
engineering-services, national-aeronautics-and-space-administr, ca, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
National Aeronautics and Space Administration awarded $18.1 million to LOCKHEED MARTIN CORPORATION. IGF::OT::IGF ADVANCED TECHNOLOGY
Who is the contractor on this award?
The obligated recipient is LOCKHEED MARTIN CORPORATION.
Which agency awarded this contract?
Awarding agency: National Aeronautics and Space Administration (National Aeronautics and Space Administration).
What is the total obligated amount?
The obligated amount is $18.1 million.
What is the period of performance?
Start: 2014-03-05. End: 2020-08-30.
What specific advanced technologies were developed under this contract, and what is their current or projected impact?
The contract focused on 'IGF ADVANCED TECHNOLOGY,' likely encompassing a range of research and development in areas critical to NASA's mission, such as propulsion, materials science, or space exploration systems. The specific impact would depend on the project's outcomes, potentially leading to new capabilities or efficiencies in future space missions.
Were there any attempts to explore competitive options before awarding this contract on a sole-source basis?
The data explicitly states 'NOT COMPETED,' indicating no competitive bidding process was undertaken. A justification for the sole-source award would typically be required, detailing why only Lockheed Martin could fulfill the requirement, such as unique intellectual property, prior development, or critical integration needs.
How does the cost-plus-fixed-fee structure compare to alternative contract types for similar R&D services in terms of cost control and innovation incentives?
Cost-plus-fixed-fee contracts are often used for R&D where the scope is uncertain, balancing risk between the government and contractor. However, they can incentivize cost growth. Alternative structures like fixed-price incentive fee or cost-plus-award-fee might offer stronger incentives for cost control while still accommodating R&D uncertainty.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: RESEARCH AND DEVELOPMENT › C – National Defense R&D Services
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
Parent Company: Lockheed Martin Corp
Address: 1011 LOCKHEED WAY, PALMDALE, CA, 93599
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $39,950,000
Exercised Options: $39,950,000
Current Obligation: $18,131,341
Actual Outlays: $6,158,181
Subaward Activity
Number of Subawards: 8
Total Subaward Amount: $573,722
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2014-03-05
Current End Date: 2020-08-30
Potential End Date: 2020-08-30 00:00:00
Last Modified: 2025-07-30
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 National Aeronautics and Space Administration Contracts
- International Space Station — $22.4B (THE Boeing Company)
- TAS::80 0124::TAS Design, Development, Test&evaluation of Project Orion — $15.5B (Lockheed Martin Corp)
- Provide Developmental Hardware and Test Articles, and Manufacture and Assemble Ares I Upper Stages. the Upper Stage (US) Element IS an Integral Part of the Ares I Launch Vehicle and Provides the Second Stage of Flight. the US Element IS Responsible for the Roll Control During the First Stage Burn and Separation; and Will Provide the Guidance and Navigation, Command and Data Handling, and Other Avionics Functions for the Ares I During ALL Phases of the Ascent Flight. the US Element IS a NEW Design That Emphasizes Safety, Operability, and Minimum Life Cycle Cost. the Overall Design, Development, Test and Evaluation (ddt&e), Production, and Sustaining Engineering Efforts Include Activities Performed by Three Organizations; the Nasa Design Team (NDT), the Upper Stage Production Contractor (uspc) and the Instrument Unit Production Contractor (iupc). for Clarity, the Uspc Will BE Referred to AS the Contractor Throughout This Document. Nasa IS Responsible for the Integration of the Primary Elements of the Ares I Launch Vehicle Including: the First Stage, US Including Instrument Unit (IU), and US Engine; and Will Also Integrate the Ares I Launch Vehicle AT the Launch Site. Nasa IS Responsible for the Ddt&e, Including Technical and Programmatic Integration of the US Subsystems and Government-Furnished Property. Nasa Will Lead the Effort to Develop the Requirements and Specifications of the US Element, the Development Plan and Testing Requirements, and ALL Design Documentation, Initial Manufacturing and Assembly Process Planning, Logistics Planning, and Operations Support Planning. Development, Qualification, and Acceptance Testing Will BE Conducted by Nasa and the Contractor to Satisfy Requirements and for Risk Mitigation. Nasa IS Responsible for the Overall Upper Stage Verification and Validation Process and Will Require Support From the Contractor. the Contractor IS Responsible for the Manufacture and Assembly of the Upper Stage Test Flight and Operational Upper Stage Units Including the Installation of Upper Stage Instrument Unit, the Government-Furnished US Engine, Booster Separation Motors, and Other Government-Furnished Property. a Description of the Nasa Managed and Performed Efforts IS Contained in the US Work Packages and Will BE Made Available to the Contractor to Ensure Their Understanding of the Roles and Responsibilities of the NDT, Iupc, and Contractor During the Design, Development, and Operation of the US Element. the US Conceptual Design Described in the Uso-Clv-Se-25704 US Design Definition Document (DDD) IS the Baseline Design for This Contract. the Contractors Early Role Will BE to Provide Producibility Engineering Support to Nasa VIA the Established US Office Structure and to Provide Inputs Into the Final Design Configuration, Specifications, and Standards. Nasa Will Transition the Manufacturing and Assembly, Logistics Support Infrastructure, Configuration Management, and the Sustaining Engineering Functions to the Contractor AT the KEY Points During the Development and Implementation of the Program Currently Planned to Occur NO Later Than 90 Days After the Completion of the Following Major Milestones: Manufacturing and Assembly US Preliminary Design Review (PDR) Logistics Support Infrastructure US PDR Configuration Management US Critical Design Review CDR) Sustaining Engineering US Design Certification Review (DCR) After the Completion of an Orderly Transition of Roles and Responsibilities to the Contractor, Nasa Will Assume an Insight Role Into the Contractors Production, Sustaining Engineering, and Operations Support of the Ares I US Test Program and Flight Hardware. After DCR, the Contractor Will BE Responsible for Sustaining Engineering PER SOW Section 4.7, AS Necessary to Maintain and Support the US Configuration and for Production and Operations Support — $10.5B (THE Boeing Company)
- Space Program Operations Contract (spoc) — $8.5B (United Space Alliance, LLC)
- Joint Us/Russian Human Space Flight Activities — $4.7B (Russia Space Agency)
View all National Aeronautics and Space Administration contracts →