Search Prime Contracts

FA850919D0001-FA850924F0007

Delivery Order

Overview

Government Description
LINK 16 PHASE II
Alternate Description
Interim Link 16 Capability for HC-130J - Phase II
Place of Performance
Sparks, NV 89434 United States
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Analysis Notes
Amendment Since initial award the Potential End Date has been extended from 10/04/25 to 10/17/25 and the Potential Award value has increased from $8,852,425 to $8,907,279.
Sole Source This Delivery Order was awarded sole source to Sierra Nevada Corporation because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This Delivery Order has an Individual Subcontract Plan. The Department of Defense has an overall small business subcontracting goal of 30%
Sierra Nevada Corporation was awarded Delivery Order FA850924F0007 (FA8509-24-F-0007) for Link 16 Phase Ii worth up to $8,907,279 by Warner Robins Air Logistics Complex in April 2024. The contract has a duration of 1 year 6 months and was awarded full & open with NAICS 488190 and PSC R425 via sole source acquisition procedures.

DOD Announcements

Apr 2024: Sierra Nevada Co. LLC, Sparks, Nevada, has been awarded a $8,852,425 task order (FA8509-24-F-0007) for Airborne Mission Networking Systems. This modification is for HC-130J line of sight (Data Link 16). Work will be performed at the following locations: Davis-Monthan Air Force Base, Arizona; Moody AFB, Georgia; Patrick AFB, Florida; Joint Base Elmendorf-Richmond, Alaska; Kirtland AFB, New Mexico; and Gabreski Air National Guard Base, New York. The work is expected to be completed by Oct. 9, 2025, and fiscal 2023 procurement funding in the amount of $8,852,425 is being obligated at the time of award. Total cumulative face value of the contract is $152,090,201. The contracting activity is Air Force Life Cycle Management Center, Robins AFB, Georgia.

Status
(Open)

Last Modified 5/21/25
Period of Performance
4/9/24
Start Date
10/17/25
Current End Date
10/17/25
Potential End Date
92.0% Complete

Obligations
$8.9M
Total Obligated
$8.9M
Current Award
$8.9M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

FA850919D0001

Delivery Order

FA850919D0001-FA850924F0007

Subcontracts

-

Activity Timeline

Interactive chart of timeline of amendments to FA850919D0001-FA850924F0007

Labor Services Billing

Annual labor billing rates and FTE reported for FA850919D0001-FA850924F0007

Subcontract Awards

Disclosed subcontracts for FA850919D0001-FA850924F0007

Transaction History

Modifications to FA850919D0001-FA850924F0007

People

Suggested agency contacts for FA850919D0001-FA850924F0007

Competition

Number of Bidders
Not Applicable
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Defense Program
None
DoD Claimant Code
None
IT Commercial Item Category
Not Applicable
Awardee UEI
DD2QET4D27T3
Awardee CAGE
8X691
Agency Detail
Awarding Office
FA8509 FA8509 AFLCMC WIUKA
Funding Office
F3QCBB
Created By
acps5700_afmc_robins1
Last Modified By
acps5700_afmc_robins1
Approved By
acps5700_afmc_robins1

Legislative

Legislative Mandates
Labor Standards
Performance District
NV-02
Senators
Catherine Cortez Masto
Jacky Rosen
Representative
Mark Amodei
Modified: 5/21/25