DOT awards $1.86B for air traffic control services over 12 years, with Lockheed Martin as prime

Contract Overview

Contract Amount: $1,865,584,343 ($1.9B)

Contractor: Leidos, Inc.

Awarding Agency: Department of Transportation

Start Date: 2005-02-01

End Date: 2019-09-20

Contract Duration: 5,344 days

Daily Burn Rate: $349.1K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 3

Pricing Type: FIXED PRICE INCENTIVE

Sector: Other

Official Description: PROVIDE FUNDING FOR CLIN 302 FOR PRE-FLIGHT AND IN-FLIGHT SERVICES. CONTRACT NUMBER DTFAWA-05-C-00031, LOCKHEED MARTIN. POP 01/16/08-03/31/08.

Place of Performance

Location: CHERRY HILL, CAMDEN County, NEW JERSEY, 08002

State: New Jersey Government Spending

Plain-Language Summary

Department of Transportation obligated $1.87 billion to LEIDOS, INC. for work described as: PROVIDE FUNDING FOR CLIN 302 FOR PRE-FLIGHT AND IN-FLIGHT SERVICES. CONTRACT NUMBER DTFAWA-05-C-00031, LOCKHEED MARTIN. POP 01/16/08-03/31/08. Key points: 1. Contract awarded for critical pre-flight and in-flight services, ensuring air traffic safety. 2. Long-term contract duration of over 12 years suggests a need for sustained support. 3. Fixed Price Incentive contract type aims to balance cost control with performance. 4. Significant funding indicates a high-stakes program with substantial operational impact. 5. Awarded to a single prime contractor, highlighting the complexity and scale of services required. 6. Geographic focus on New Jersey for specific operational support.

Value Assessment

Rating: fair

The total award amount of $1.86 billion over more than 12 years represents a substantial investment in air traffic control infrastructure. Benchmarking this value is challenging without specific service metrics and comparable contracts for similar pre-flight and in-flight services. The Fixed Price Incentive (FPI) contract type suggests an effort to manage costs while incentivizing performance, but the final value can fluctuate based on achieved targets. The long duration implies a stable, albeit potentially costly, commitment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple bidders had the opportunity to compete for this significant award. The presence of multiple bidders generally fosters price discovery and can lead to more competitive pricing. However, the specific number of bids received is not provided, which would offer further insight into the intensity of the competition.

Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it increases the likelihood of obtaining services at a fair market price through competitive bidding.

Public Impact

Benefits the Federal Aviation Administration (FAA) by providing essential services for air traffic management. Ensures the safety and efficiency of air travel for millions of passengers and cargo operations. Supports critical pre-flight and in-flight functions necessary for the National Airspace System. Impacts the aviation workforce through employment opportunities within Lockheed Martin and its subcontractors. Geographic impact primarily focused on operations within New Jersey.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader aerospace and defense sector, specifically supporting air transportation infrastructure. The Federal Aviation Administration (FAA) is a major procurer of services and technology to maintain and modernize the National Airspace System. Spending in this area is critical for national security, economic activity, and public safety. Comparable spending benchmarks would typically involve other large-scale IT and support service contracts for critical infrastructure management.

Small Business Impact

The data indicates that small business participation was not a primary focus for this specific contract, as the 'sb' field is false. There is no explicit mention of small business set-asides or subcontracting plans. This suggests that the prime contractor, Lockheed Martin, likely managed the majority of the work internally or with large business partners, potentially limiting direct opportunities for small businesses within this particular award.

Oversight & Accountability

Oversight for this contract would primarily reside with the Department of Transportation's Office of Inspector General (OIG) and the Federal Aviation Administration (FAA) contracting officers. Mechanisms likely include regular performance reviews, audits, and adherence to contract milestones. Transparency is generally maintained through contract award databases and reporting requirements, though specific performance data may be sensitive.

Related Government Programs

Risk Flags

Tags

department-of-transportation, federal-aviation-administration, air-transportation, definitive-contract, fixed-price-incentive, full-and-open-competition, large-contract, long-term-contract, it-support, new-jersey, lockheed-martin

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $1.87 billion to LEIDOS, INC.. PROVIDE FUNDING FOR CLIN 302 FOR PRE-FLIGHT AND IN-FLIGHT SERVICES. CONTRACT NUMBER DTFAWA-05-C-00031, LOCKHEED MARTIN. POP 01/16/08-03/31/08.

Who is the contractor on this award?

The obligated recipient is LEIDOS, INC..

Which agency awarded this contract?

Awarding agency: Department of Transportation (Federal Aviation Administration).

What is the total obligated amount?

The obligated amount is $1.87 billion.

What is the period of performance?

Start: 2005-02-01. End: 2019-09-20.

What specific pre-flight and in-flight services are covered under this contract?

The contract DTFAWA-05-C-00031, awarded to Lockheed Martin, focuses on providing 'pre-flight and in-flight services' for CLIN 302. While the exact technical specifications are not detailed in the provided data, these services typically encompass a range of critical functions for air traffic management. Pre-flight services could include system maintenance, software updates, data processing, and readiness checks for air traffic control systems. In-flight services would likely involve real-time operational support, monitoring, and potentially immediate response to system anomalies or performance issues that arise during active air traffic control operations. The substantial funding suggests these are complex, mission-critical services essential for the safe and efficient operation of the National Airspace System.

How does the Fixed Price Incentive (FPI) contract type function in this context?

The Fixed Price Incentive (FPI) contract type is designed to share the risks and rewards between the government and the contractor. In this scenario, there's a target cost and a target profit. If the final cost is lower than the target cost, both the government and the contractor share in the savings according to a pre-negotiated formula. Conversely, if the final cost exceeds the target cost, the contractor's profit is reduced, and the government's share of the cost increases up to a ceiling price. This structure incentivizes Lockheed Martin to control costs while meeting performance specifications for the pre-flight and in-flight services. The effectiveness of the FPI relies heavily on the accuracy of the initial cost estimates and the clarity of the performance metrics.

What is the significance of the long contract duration (over 12 years)?

The extended duration of over 12 years for this contract (from 2008 to 2019) signifies a long-term strategic commitment by the Department of Transportation to secure these specific pre-flight and in-flight services. Such long-term awards are often associated with complex systems requiring sustained development, maintenance, and operational support, or where the cost and effort of transitioning to a new provider would be prohibitive. It suggests that the services are fundamental to the FAA's ongoing operations and that stability in service provision is a key requirement. This duration also allows for potential integration of evolving technologies and operational needs over the contract's life.

What are the potential risks associated with a single prime contractor for such a critical service?

Having a single prime contractor like Lockheed Martin for critical air traffic control services presents several potential risks. Firstly, there's a risk of vendor lock-in, where the government becomes heavily reliant on one provider, potentially reducing leverage in future negotiations. Secondly, if the contractor experiences performance issues, financial instability, or strategic shifts, it could significantly disrupt essential services. Thirdly, a lack of direct competition throughout the contract life might reduce the incentive for continuous innovation or cost optimization compared to a more competitive environment. Robust oversight, clear performance metrics, and contingency planning are crucial to mitigate these risks.

How does this contract compare to other FAA spending on air traffic management systems?

This contract, with a total value of approximately $1.86 billion, represents a significant portion of the FAA's spending on critical operational support. The FAA invests heavily in modernizing and maintaining the National Airspace System (NAS), which includes NextGen initiatives, radar systems, communication infrastructure, and software development. While specific comparisons require detailed breakdowns of service categories, this award for pre-flight and in-flight services is substantial and likely covers essential functions that underpin the entire air traffic management ecosystem. It's comparable in scale to other major system development or long-term sustainment contracts within the FAA's portfolio.

Industry Classification

NAICS: Transportation and WarehousingSupport Activities for Air TransportationOther Support Activities for Air Transportation

Product/Service Code: RESEARCH AND DEVELOPMENTDEFENSE (OTHER) R&D

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Offers Received: 3

Pricing Type: FIXED PRICE INCENTIVE (L)

Evaluated Preference: NONE

Contractor Details

Parent Company: Leidos Holdings, Inc. (UEI: 611641312)

Address: 700 N FREDERICK AVE, GAITHERSBURG, MD, 20879

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $6,884,435,160

Exercised Options: $2,177,363,030

Current Obligation: $1,865,584,343

Contract Characteristics

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Timeline

Start Date: 2005-02-01

Current End Date: 2019-09-20

Potential End Date: 2019-09-20 00:00:00

Last Modified: 2018-05-01

More Contracts from Leidos, Inc.

View all Leidos, Inc. federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending