Lockheed Martin awarded $121.6M for Modernized Target Acquisition Designation Sight/Pilot Night Vision Sensor Systems
Contract Overview
Contract Amount: $121,567,721 ($121.6M)
Contractor: Lockheed Martin Corporation
Awarding Agency: Department of Defense
Start Date: 2022-08-31
End Date: 2026-03-31
Contract Duration: 1,308 days
Daily Burn Rate: $92.9K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: MODERNIZED TARGET ACQUISITION DESIGNATION SIGHT/PILOT NIGHT VISION SENOR (M-TADS/PNVS) SYSTEMS
Place of Performance
Location: ORLANDO, ORANGE County, FLORIDA, 32819
State: Florida Government Spending
Plain-Language Summary
Department of Defense obligated $121.6 million to LOCKHEED MARTIN CORPORATION for work described as: MODERNIZED TARGET ACQUISITION DESIGNATION SIGHT/PILOT NIGHT VISION SENOR (M-TADS/PNVS) SYSTEMS Key points: 1. Contract awarded to a single, established provider, raising questions about competitive pricing. 2. The contract duration extends over three years, indicating a significant, long-term need. 3. Focus on advanced night vision technology suggests a critical capability for military operations. 4. The absence of a competitive bidding process warrants scrutiny of the awarded price. 5. This acquisition supports the Army's modernization efforts for aviation platforms. 6. The contract's value is substantial, reflecting the complexity and importance of the systems.
Value Assessment
Rating: questionable
The awarded amount of $121.6 million for the M-TADS/PNVS systems appears substantial. Without a competitive bidding process, it is difficult to benchmark the value for money. The pricing structure is firm fixed price, which shifts some risk to the contractor but does not inherently guarantee optimal pricing. Further analysis would require comparing this award to historical pricing for similar systems or to independent cost estimates.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one bidder was considered. This approach bypasses the typical competitive process where multiple companies vie for the contract. While sole-source awards can be justified for unique capabilities or existing systems, they limit price discovery and may result in higher costs for the government compared to a fully competed contract.
Taxpayer Impact: The lack of competition means taxpayers may not be receiving the most cost-effective solution. Without competing bids, there is less pressure on the contractor to offer the lowest possible price.
Public Impact
The primary beneficiaries are the U.S. Army aviation units requiring advanced targeting and night vision capabilities. The contract will deliver modernized M-TADS/PNVS systems, enhancing situational awareness and combat effectiveness. The geographic impact is primarily within the operational theaters where Army aviation assets are deployed. Workforce implications include continued employment for specialized engineers and manufacturing personnel at Lockheed Martin.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition, potentially leading to higher costs.
- Lack of transparency in the procurement process due to non-competitive nature.
- Reliance on a single supplier could create long-term dependency and reduce future negotiation leverage.
Positive Signals
- Acquisition of critical, advanced technology for national defense.
- Firm fixed price contract shifts some performance and cost risk to the contractor.
- Supports ongoing modernization efforts within the U.S. Army aviation branch.
Sector Analysis
The aerospace and defense sector is characterized by high technological complexity and significant government procurement. Contracts for advanced sensor systems like the M-TADS/PNVS are crucial for maintaining military superiority. The market for such specialized components is often dominated by a few large, established prime contractors like Lockheed Martin, making sole-source or limited competition awards more common for highly integrated systems.
Small Business Impact
This contract does not appear to include specific small business set-aside provisions. As a sole-source award to a large prime contractor, the direct impact on small businesses is likely limited unless Lockheed Martin engages them as subcontractors. The subcontracting plan, if any, would determine the extent of small business participation.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Defense's contracting and program management offices. The firm fixed price nature provides some cost control, but the sole-source award necessitates careful monitoring of performance and delivery schedules. Transparency may be limited due to the non-competitive nature, but contract modifications and performance reports would be subject to standard government review.
Related Government Programs
- Apache Helicopter Modernization Programs
- Night Vision and Electronic Warfare Systems
- Aviation Sensor Procurement
- Department of the Army Aviation Systems
Risk Flags
- Sole-source procurement
- Lack of competitive pricing
- High contract value
Tags
defense, department-of-defense, department-of-the-army, lockheed-martin-corporation, aircraft-manufacturing, firm-fixed-price, sole-source, night-vision-systems, aviation-systems, florida, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $121.6 million to LOCKHEED MARTIN CORPORATION. MODERNIZED TARGET ACQUISITION DESIGNATION SIGHT/PILOT NIGHT VISION SENOR (M-TADS/PNVS) 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 (Department of the Army).
What is the total obligated amount?
The obligated amount is $121.6 million.
What is the period of performance?
Start: 2022-08-31. End: 2026-03-31.
What is the historical spending trend for M-TADS/PNVS systems under Lockheed Martin?
Historical spending data for the M-TADS/PNVS systems prior to this award would provide crucial context. Analyzing previous contracts, including their values, durations, and any competitive history, can reveal patterns in pricing and procurement. If previous awards were also sole-source, it reinforces the current approach. Conversely, if there was prior competition, the shift to a sole-source award for this period warrants deeper investigation into the reasons and potential cost implications for the government. Understanding the cumulative investment over time is essential for assessing the long-term financial commitment to this technology.
How does the awarded price compare to industry benchmarks for similar night vision sensor systems?
Benchmarking the awarded price against industry standards for comparable night vision sensor systems is critical for assessing value. This involves identifying systems with similar technological capabilities, performance specifications, and intended use cases from other manufacturers or previous government procurements. Without a competitive bid, the government lacks the market's direct price discovery mechanism. Therefore, relying on independent cost research, historical data from similar, competed contracts, or expert analysis becomes paramount. If the $121.6 million award significantly exceeds benchmarks for comparable systems, it raises concerns about cost-effectiveness and the potential for overpayment.
What are the specific performance improvements or new capabilities offered by this modernized system?
The modernization of the M-TADS/PNVS systems likely entails significant performance enhancements and potentially new capabilities. These could include improved resolution, extended range, enhanced target identification in adverse weather or low-light conditions, reduced size, weight, and power (SWaP) requirements, or better integration with other aircraft systems. Understanding these specific improvements is essential to justify the contract's value and cost. The government's justification for a sole-source award often hinges on the unique or highly specialized nature of the upgrades, implying that only the incumbent contractor can deliver them effectively or within the required timeframe.
What is Lockheed Martin's track record with delivering complex defense systems on time and within budget?
Lockheed Martin is a major defense contractor with extensive experience in delivering complex systems. Their track record on past programs, including the M-TADS/PNVS itself, provides insight into their reliability. Evaluating their performance on previous contracts – specifically regarding adherence to schedules, cost performance (especially on fixed-price contracts), and meeting technical specifications – is crucial. A history of successful, on-time, and within-budget deliveries would lend confidence to this current award. Conversely, a pattern of delays or cost overruns on similar programs might indicate potential risks that need careful management and oversight for this contract.
Are there any known risks associated with the technology or the contractor for this specific system?
Assessing risks associated with the M-TADS/PNVS technology and Lockheed Martin is vital. Technological risks could include the maturity of the modernized components, potential integration challenges with existing platforms, or unforeseen performance issues. Contractor-related risks might involve supply chain vulnerabilities, labor disputes, or the potential for the sole-source situation to lead to complacency or reduced responsiveness. Given the sole-source nature, the government must diligently assess Lockheed Martin's capacity, financial stability, and commitment to delivering the system as specified. Proactive risk mitigation strategies should be in place to address any identified concerns.
Industry Classification
NAICS: Manufacturing › Aerospace Product and Parts Manufacturing › Aircraft Manufacturing
Product/Service Code: ENGINE ACCESSORIES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Lockheed Martin Corp
Address: 5600 W SAND LAKE RD # MP-265, ORLANDO, FL, 32819
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: $121,567,721
Exercised Options: $121,567,721
Current Obligation: $121,567,721
Subaward Activity
Number of Subawards: 142
Total Subaward Amount: $24,122,894
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: W52P1J17D0043
IDV Type: IDC
Timeline
Start Date: 2022-08-31
Current End Date: 2026-03-31
Potential End Date: 2026-03-31 12:03:00
Last Modified: 2025-02-17
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)