Search Prime Contracts

N0017819D7224-N0042125F3015

Delivery Order

Overview

Government Description
Platform integration requirement providing nawcad WOLF atc&ls division with fleet, supply, technical, systems test/eval/development/improvement, software development/maintenance, field change, production, and overhaul/restoration program support. The contractor will perform these tasks for both future and currently fielded air traffic control systems, including atnavics, stars, dcast, irss, tacan systems, jpals, and other atc systems. Work includes test bed support and must comply with security clearance requirements as specified. The work will primarily be performed at the nawcad facility at webster outlying field (WOLF), patuxent river, MD.
Place of Performance
Saint Inigoes, MD 20684 United States
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Full And Open Competition
Est. Average FTE
53
Related Opportunity (Parent Award)
Analysis Notes
Amendment Since initial award the Potential Award value has increased 6425408289% from $1 to $64,254,084.
FMS This contract was partially or fully funded by foreign funds as part of the Foreign Military Sales (FMS) assistance program.
Document Library Solicitation documents for this contract N0042124R30380003 N0042124R3038 are available in the HigherGov Document library avaliable for subscribers. These documents were obtained via public records request, FOIA library, or our partners and are avaliable only for subscribers. Please contact support for access.
Subcontracting Plan This Delivery Order has an Individual Subcontract Plan. The Department of Defense has an overall small business subcontracting goal of 30%
BAE Systems Technology Solutions & Services was awarded Delivery Order N0042125F3015 (N00421-25-F-3015) for Platform Integration Support for NAWCAD WOLF ATC&LS Division worth up to $64,254,084 by NAWC Aircraft Division in April 2026. The contract has a duration of 6 years 6 months and was awarded through solicitation N0042124R3038 full & open with NAICS 541330 and PSC J017 via subject to multiple award fair opportunity acquisition procedures with 1 bid received. As of today, the Delivery Order has a total reported backlog of $63,754,084 and funded backlog of $10,133,464. This contract was awarded through vehicle Seaport Next Generation (Seaport-NXG).

Status
(Open)

Last Modified 9/17/25
Period of Performance
4/1/26
Start Date
3/31/27
Current End Date
10/30/32
Potential End Date
0% Complete

Obligations and Backlog
$500.0K
Total Obligated
$10.6M
Current Award
$64.3M
Potential Award
1% Funded
$10.1M
Funded Backlog
$63.8M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

N0017819D7224

Delivery Order

N0017819D7224-N0042125F3015

Subcontracts

0

Activity Timeline

Interactive chart of timeline of amendments to N0017819D7224-N0042125F3015

Transaction History

Modifications to N0017819D7224-N0042125F3015

Competition

Number of Bidders
1
Solicitation Procedures
Subject To Multiple Award Fair Opportunity
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
LX3BSV6NNW58
Awardee CAGE
99789
Agency Detail
Awarding Office
N00421 NAVAL AIR WARFARE CENTER AIR DIV
Funding Office
N00421
Created By
victoria.disman.seaport@sa1700.sea
Last Modified By
idv_correct
Approved By
victoria.disman.seaport@sa1700.sea

Legislative

Legislative Mandates
None Applicable
Performance District
MD-05
Senators
Benjamin Cardin
Chris Van Hollen
Representative
Steny Hoyer
Modified: 9/17/25