N0001914G0020-N0001918F2476
Delivery Order
Overview
Government Description
LABOR
Awardee
Awarding Agency
Funding Agency
Place of Performance
Fort Worth, TX 76108 United States
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Competed
Related Opportunity
Analysis Notes
Amendment Since initial award the Potential End Date has been extended from 02/28/19 to 08/31/27 and the Potential Award value has increased 57% from $168,221,680 to $263,579,054.
Sole Source This Delivery Order was awarded sole source to Lockheed Martin Corporation because the government believes that only one company can provide the product / service (FAR 6.302-1).
Sole Source This Delivery Order was awarded sole source to Lockheed Martin Corporation because the government believes that only one company can provide the product / service (FAR 6.302-1).
Lockheed Martin Corporation was awarded
Delivery Order N0001918F2476 (N00019-18-F-2476)
for Labor
worth up to $263,579,054
by Naval Air Systems Command
in February 2018.
The contract
has a duration of 9 years 6 months and
was awarded
through solicitation FY2018 - 2019 Annualized Sustainment Contract
full & open
with
NAICS 336411 and
PSC 1510
via sole source acquisition procedures with 1 bid received.
As of today, the Delivery Order has a total reported backlog of $181,279.
DOD Announcements
Feb 2018:
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $158,268,935 cost-plus-fixed-fee delivery order (N0001918F2476) against a previously issued basic ordering agreement (N00019-14-G-0020). This order provides for program management, nonrecurring engineering, recurring engineering, site support and touch labor in support of modification and retrofit activities for delivered air systems for the F-35 Lightning II Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, non-Department of Defense (DoD) participant, and foreign military sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2019. Fiscal 2016 aircraft procurement (Air Force, Marine Corps); fiscal 2017 aircraft procurement (Air Force); fiscal 2018 aircraft procurement (Navy); non-DoD participant; and FMS funds in the amount of $158,268,935 will be obligated at time of award, $57,613,986 of which will expire at the end of the current fiscal year. This order combines purchases for the Air Force ($75,206,632; 48 percent); Marine Corps ($49,310,063; 31 percent); Navy ($10,075,914; 6 percent); non-DoD participants ($16,959,383; 11 percent); and FMS customers ($6,716,943; 4 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Dec 2019: General Electric Co., Lynn, Massachusetts, is awarded an $11,093,940 modification (P00002) to a firm-fixed-price delivery order (N00019-18-F-2476) against a previously issued basic ordering agreement (SPE4A1-17-G-0008) in support of the Marine Corps Presidential Helicopter Program. This modification procures five CT7-8A6 engines with metal shipping containers, interface harness and associated control hardware. Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2019. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $11,093,940 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Dec 2019: Lockheed Martin Corp., Fort Worth, Texas, is awarded an $8,890,964 modification (P00019) to a cost-plus-fixed-fee delivery order (N00019-18-F-2476) previously placed against basic ordering agreement N00019-14-G-0020. This modification is for the procurement of modification kits required for modification and retrofit activities in support of the F-35 Lightning II Joint Strike Aircraft for the Air Force, Marine Corps and Navy. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2024. Fiscal 2018 aircraft procurement (Marine Corps and Navy); fiscal 2019 aircraft procurement (Air Force, Marine Corps and Navy); and fiscal 2020 aircraft procurement (Marine Corps and Navy) funds in the amount of $8,890,964 will be obligated at time of award, $1,021,042 of which will expire at the end of the current fiscal year. This order combines purchases for the Air Force ($3,857,905; 43%); Marine Corps ($3,789,990; 43%); and Navy ($1,243,068; 14%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Dec 2019: General Electric Co., Lynn, Massachusetts, is awarded an $11,093,940 modification (P00002) to a firm-fixed-price delivery order (N00019-18-F-2476) against a previously issued basic ordering agreement (SPE4A1-17-G-0008) in support of the Marine Corps Presidential Helicopter Program. This modification procures five CT7-8A6 engines with metal shipping containers, interface harness and associated control hardware. Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2019. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $11,093,940 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Dec 2019: Lockheed Martin Corp., Fort Worth, Texas, is awarded an $8,890,964 modification (P00019) to a cost-plus-fixed-fee delivery order (N00019-18-F-2476) previously placed against basic ordering agreement N00019-14-G-0020. This modification is for the procurement of modification kits required for modification and retrofit activities in support of the F-35 Lightning II Joint Strike Aircraft for the Air Force, Marine Corps and Navy. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2024. Fiscal 2018 aircraft procurement (Marine Corps and Navy); fiscal 2019 aircraft procurement (Air Force, Marine Corps and Navy); and fiscal 2020 aircraft procurement (Marine Corps and Navy) funds in the amount of $8,890,964 will be obligated at time of award, $1,021,042 of which will expire at the end of the current fiscal year. This order combines purchases for the Air Force ($3,857,905; 43%); Marine Corps ($3,789,990; 43%); and Navy ($1,243,068; 14%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Status
(Open)
Last Modified 1/2/25
Period of Performance
2/28/18
Start Date
8/31/27
Current End Date
8/31/27
Potential End Date
Obligations and Backlog
$263.4M
Total Obligated
$263.4M
Current Award
$263.6M
Potential Award
$0.0
Funded Backlog
$181.3K
Total Backlog
Award Hierarchy
Activity Timeline
Opportunity Lifecycle
Procurement history for N0001914G0020-N0001918F2476
Transaction History
Modifications to N0001914G0020-N0001918F2476
People
Suggested agency contacts for N0001914G0020-N0001918F2476
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
None
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Defense Program
DoD Claimant Code
Airframes And Spares
IT Commercial Item Category
Not Applicable
Awardee UEI
G4KDGE4JFFK7
Awardee CAGE
81755
Agency Detail
Awarding Office
S4419A DCMA LOCKHEED MARTIN FORT WORTH
Funding Office
N00019
Created By
laurel.l.humphrey2.civ@mail.mil
Last Modified By
kimberly.licence@dcma.mil
Approved By
kimberly.licence@dcma.mil
Legislative
Legislative Mandates
Materials, Supplies, Articles & Equipment
Performance District
TX-12
Senators
John Cornyn
Ted Cruz
Ted Cruz
Representative
Kay Granger
Modified: 1/2/25