Search Prime Contracts

FA863425CB002

Definitive Contract

Overview

Government Description
F-15 EAGLE ACTIVE PASSIVE WARNING SURVIVABILITY SYSTEM (EPAWSS) FULL-RATE PRODUCTION (FRP). THE CONTRACT INCLUDES TASKS NECESSARY FOR PRODUCTION, OPERATION, AND SUSTAINMENT OF THE EPAWSS SYSTEM FOR F-15E MODEL AIRCRAFT, AS WELL AS PROCUREMENT OF GROUP A AND GROUP B KITS, SYSTEM ENGINEERING PROGRAM MANAGEMENT, AND INTERIM CONTRACTOR SUPPORT LAY-IN MATERIAL. WORK WILL BE PERFORMED IN ST. LOUIS, MISSOURI, AND NASHUA, NEW HAMPSHIRE.
Place of Performance
Saint Louis, MO 63134 United States
Pricing
Fixed Price Incentive
Set Aside
None
Extent Competed
Not Competed
Analysis Notes
Sole Source This Definitive Contract was awarded sole source to The Boeing Company because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This Definitive Contract has an Individual Subcontract Plan. The Department of Defense has an overall small business subcontracting goal of 30%
The Boeing Company was awarded Definitive Contract FA863425CB002 (FA8634-25-C-B002) for F-15 EPAWSS FRP Contract worth up to $603,510,529 by Lifecycle Management Center in January 2025. The contract has a duration of 6 years and was awarded through solicitation Notice of Intent for Sole Source Award F-15 Eagle Passive/Active Warning and Survivability System (EPAWSS) Full Rate Production (FRP) full & open with NAICS 336413 and PSC 1680 via sole source acquisition procedures with 1 bid received. As of today, the Definitive Contract has a total reported backlog of $341,292,303.

DOD Announcements

Jan 2025: The Boeing Corp., St. Louis, Missouri, was awarded a ceiling $615,760,630 fixed-price incentive (firm-target), cost-plus-fixed-fee, and cost-reimbursable contract for the F-15 Eagle Passive Active Warning Survivability System full rate production. This contract provides for procurement of Group A and Group B kits, system engineering program management, and interim contractor support lay-in material. Work will be performed in St. Louis, Missouri; and Nashua, New Hampshire, and is expected to be completed by Dec. 31, 2030. This contract was a sole source acquisition. Fiscal 2023 procurement funds in the amount of $17,693,983; fiscal 2024 procurement funds in the amount of $87,057,897; and fiscal 2025 procurement funds in the amount of $157,466,347, are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8634-25-C-B002).

Status
(Open)

Last Modified 3/26/25
Period of Performance
1/6/25
Start Date
12/31/30
Current End Date
12/31/30
Potential End Date
17.0% Complete

Obligations and Backlog
$262.2M
Total Obligated
$262.2M
Current Award
$603.5M
Potential Award
43% Funded
$0.0
Funded Backlog
$341.3M
Total Backlog

Award Hierarchy

Definitive Contract

FA863425CB002

Subcontracts

0

Activity Timeline

Interactive chart of timeline of amendments to FA863425CB002

Opportunity Lifecycle

Procurement history for FA863425CB002

Transaction History

Modifications to FA863425CB002

People

Suggested agency contacts for FA863425CB002

Competition

Number of Bidders
1
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
Yes
Business Size Determination
Large Business
Defense Program
None
DoD Claimant Code
None
IT Commercial Item Category
Not Applicable
Awardee UEI
MF2LE5RK6L84
Awardee CAGE
0PXV4
Agency Detail
Awarding Office
FA8634 FA8634 AFLCMC WAQK F15
Funding Office
F4FDCU
Created By
stephannie.siembab@us.af.mil
Last Modified By
stephannie.siembab@us.af.mil
Approved By
stephannie.siembab@us.af.mil

Legislative

Legislative Mandates
Labor Standards
Performance District
MO-01
Senators
Joshua Hawley
Eric Schmitt
Representative
Cori Bush
Modified: 3/26/25