FA811923D0005
Indefinite Delivery Contract
Overview
Government Description
ENGINEERING SERVICES
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$15,612,509 (59% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Mclean, Virginia 22102 United States.
Sole Source This IDC was awarded sole source to Northrop Grumman Systems Corporation because the government believes that only one company can provide the product / service (FAR 6.302-1).
Sole Source This IDC was awarded sole source to Northrop Grumman Systems Corporation because the government believes that only one company can provide the product / service (FAR 6.302-1).
Northrop Grumman Systems Corporation was awarded
Indefinite Delivery Contract FA811923D0005 (FA8119-23-D-0005)
by
Air Force Sustainment Center
for Engineering Services
in September 2023.
The IDC
has a duration of 5 years and
was awarded
through solicitation Multi-platform Sustainment Engineering Services and Support for Air Force Sustainment Center 848 SCMG
full & open
with
NAICS 336413 and
PSC 1560
via sole source acquisition procedures with 1 bid received.
To date, $9,220,914 has been obligated through this vehicle.
The total ceiling is $15,612,509, of which 59% has been used.
DOD Announcements
Aug 2023:
Northrop Grumman, McLean, Virginia, was awarded a $16,000,000 firm-fixed-price contract for B-2 advisory and assistance services. This contract provides for supply chain management group engineering services. Work will be performed in McLean, Virginia, and is expected to be completed by Sept. 27, 2028. This contract was a competitive acquisition and one offer was received. Fiscal 2023 operation and maintenance funds in the amount of $2,700,000 are being obligated at time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-23-D-0005).
Status
(Open)
Modified 8/25/25
Period of Performance
9/26/23
Start Date
9/27/28
Ordering Period End Date
Task Order Obligations
$9.2M
Total Obligated
$9.2M
Current Award
$9.2M
Potential Award
Federal Award Analysis
Historical federal task order obligations under FA811923D0005
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
No Results
Calculating
Calculating
No Results
Calculating
Calculating
No Results
Calculating
Calculating
| Year | Contracts | Subcontracts | Grants | Subgrants |
|---|
No Results
Calculating
Calculating
No Results
Calculating
Calculating
Contract Awards
Prime task orders awarded under FA811923D0005
Subcontract Awards
Disclosed subcontracts for FA811923D0005
Opportunity Lifecycle
Procurement history for FA811923D0005
Transaction History
Modifications to FA811923D0005
People
Suggested agency contacts for FA811923D0005
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
Plan Not Required
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
DJUCEANK2KP4
Awardee CAGE
5FVX5
Agency Detail
Awarding Office
FA8119 FA8119 AFSC PZABC
Funding Office
F3YCAB F3YCAB 848 SCMG GLSC
Created By
acps5700_afmc_tinker1
Last Modified By
acps5700_afmc_tinker1
Approved By
acps5700_afmc_tinker1
Legislative
Legislative Mandates
Labor Standards
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 8/25/25