Search Prime Contracts

FA853921D0001-FA853921F0007

Delivery Order

Overview

Government Description
REPAIR AND SUSTAINMENT OF THE RQ-4B GLOBAL HAWK AND MQ-4C TRITON SYSTEMS.
Place of Performance
San Diego, CA 92127 United States
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Competed
Est. Average FTE
665
Notes
Amendment Since initial award the Potential End Date has been extended from 06/30/21 to 12/31/23.
Subcontracting Plan This Delivery Order has an Individual Subcontract Plan. The Department of Defense has an overall small business subcontracting goal of 30%
Northrop Grumman Systems Corporation was awarded Delivery Order FA8539-21-F-0007 worth up to $305,060,218 by Air Force Sustainment Center through solicitation Global Hawk Sustainment Repair in January 2020. The contract has a duration of 3 years and was awarded full & open with NAICS 811219 and PSC J015. As of today, the Delivery Order has a total reported backlog of $63,312,148 and funded backlog of $63,312,148.

DOD Announcements

Dec 2020: Northrop Grumman Aerospace Systems, San Diego, California, has been awarded a not-to-exceed $53,700,000 cost-plus-fixed-fee and cost reimbursable-no-fee, indefinite-delivery requirements contract for the RQ-4B Global Hawk.  The contract provides for repair services for “common items” for both the RQ-4 GH and MQ-4C Triton.  It will support reparable national stock numbers (NSNs) which encompass the air vehicle, multiple sensor packages, mission control element and launch and recovery element.  In addition, this effort includes support engineering services covered under the Engineering Delegation Authority (namely Diminishing Manufacturing Sources and Material Shortages projects) for NSNs transferred to and under the management of the 407th Supply Chain Management Squadron.  Work will be performed in San Diego, California; Salt Lake City, Utah; El Segundo, California; Sterling, Virginia; Las Cruces, New Mexico; Valencia, California; Joplin, Missouri; Vandalia, Ohio; Troy, Ohio; Longueuil, Quebec, Canada; Woodland Park, New Jersey; Whippany, New Jersey; Indianapolis, Indiana; Woburn, Massachusetts; Twinsburg, Ohio; Medford, New York; Cypress, California; Wichita, Kansas; San Jose, California; and Linthicum, Maryland.  The basic ordering period and six one year ordering periods are expected to begin Jan. 1, 2021, and end on Dec. 31, 2028.  Fiscal 2021‐2028 direct cite funds in the amount of $26,796,300 are being obligated at time of award.  This award is the result of a sole-source acquisition.  The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8539‐21‐D‐0001/FA8539-21-F-0007).

Status
(Open)

Last Modified 11/17/23
Period of Performance
1/1/21
Start Date
12/31/23
Current End Date
12/31/23
Potential End Date
98.0% Complete

Obligations and Backlog
$241.7M
Total Obligated
$305.1M
Current Award
$305.1M
Potential Award
79% Funded
$63.3M
Funded Backlog
$63.3M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA853921D0001

Delivery Order

FA853921D0001-FA853921F0007

Subcontracts

-

Activity Timeline

Subcontract Awards

Disclosed subcontracts for FA853921D0001-FA853921F0007

Opportunity Lifecycle

Procurement history for FA853921D0001-FA853921F0007

Transaction History

Modifications to FA853921D0001-FA853921F0007

People

Suggested agency contacts for FA853921D0001-FA853921F0007

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
Exempt
Business Size Determination
Large Business
Defense Program
None
DoD Claimant Code
Other Aircraft Equipment
IT Commercial Item Category
Not Applicable
Awardee UEI
LALWKM623MU7
Awardee CAGE
78022
Agency Detail
Awarding Office
FA8539 FA8539 AFSC PZABA
Funding Office
F3QL02
Created By
acps5700_afmc_robins1
Last Modified By
fpdsadmin
Approved By
acps5700_afmc_robins1

Legislative

Legislative Mandates
Labor Standards
Performance District
CA-50
Senators
Dianne Feinstein
Alejandro Padilla
Representative
Scott Peters
Modified: 11/17/23