Search Prime Contracts

FA852821D0008-FA852823F0012

Delivery Order

Overview

Government Description
U-2 syers, obc, and gseg support and sustainment. Work performed includes sustainment support for syers (senior year electro-optical reconnaissance system), obc (on-board computer), and gseg (ground support equipment), as well as the provision and maintenance of specialized components such as cables, motor controllers, attenuators, window glazing, counterweights, image processing systems, backup tape systems, and fiber assemblies. Additional tasks involve system testing, functional test reporting, vis fpa sustainment, irfpa cable assembly, and the supply of components such as ssds, fans, and leak detectors. The effort also covers recoating, rtv application, royalty licensing, and support for both hardware and software elements integral to U-2 reconnaissance operations.
Place of Performance
Westford, MA 1886 United States
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Competed
Related Opportunity (Parent Award)
FA852820R0009
Analysis Notes
Amendment Since initial award the Potential End Date has been extended from 03/31/24 to 02/28/26 and the Potential Award value has increased 11% from $58,794,892 to $65,484,153.
Sole Source This Delivery Order was awarded sole source to Goodrich Corporation because the government believes that only one company can provide the product / service (FAR 6.302-1).
Predecessor This appears to be a continuation of a prior contract FA852821D0008-FA852821F0013.
Subcontracting Plan This Delivery Order has an Individual Subcontract Plan. The Department of Defense has an overall small business subcontracting goal of 30%
Unrealized Backlog This Delivery Order is complete with $300,000 of funded backlog and $300,000 of unfunded backlog unused, which is typically due to unexercised options.
Goodrich Corporation was awarded Delivery Order FA852823F0012 (FA8528-23-F-0012) for U-2 SYERS, OBC, and GSEG Support and Sustainment worth up to $65,484,153 by Warner Robins Air Logistics Complex in April 2023. The contract has a duration of 2 years 10 months and was awarded through solicitation FA852820R0009 full & open with NAICS 334511 and PSC J016 via sole source acquisition procedures. As of today, the Delivery Order has a total reported backlog of $300,000 and funded backlog of $300,000, though the contract is complete, so backlog may not be realized.

Status
(Complete)

Last Modified 8/8/25
Period of Performance
4/1/23
Start Date
2/28/26
Current End Date
2/28/26
Potential End Date
100% Complete

Obligations and Backlog
$65.2M
Total Obligated
$65.5M
Current Award
$65.5M
Potential Award
100% Funded
$300.0K
Funded Backlog
$300.0K
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA852821D0008

Delivery Order

FA852821D0008-FA852823F0012

Subcontracts

-

Activity Timeline

Interactive chart of timeline of amendments to FA852821D0008-FA852823F0012

Labor Services Billing

Annual labor billing rates and FTE reported for FA852821D0008-FA852823F0012

Subcontract Awards

Disclosed subcontracts for FA852821D0008-FA852823F0012

Transaction History

Modifications to FA852821D0008-FA852823F0012

People

Suggested agency contacts for FA852821D0008-FA852823F0012

Competition

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

Other Categorizations

Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
Defense Program
None
DoD Claimant Code
None
IT Commercial Item Category
Not Applicable
Awardee UEI
JZNWHLVKADJ9
Awardee CAGE
05WL4
Agency Detail
Awarding Office
FA8528 FA8528 AFLCMC WIKA
Funding Office
F3QCAZ
Created By
acps5700_afmc_robins1
Last Modified By
acps5700_afmc_robins1
Approved By
acps5700_afmc_robins1

Legislative

Legislative Mandates
None Applicable
Performance District
MA-03
Senators
Edward Markey
Elizabeth Warren
Representative
Lori Trahan
Modified: 8/8/25