Search IDVs

FA852325DB002

Indefinite Delivery Contract

Overview

Government Description
ENGINEERING SERVICES RWR ISS FOLLOW ON FY25
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$3,000,000
Vehicle Ceiling
$23,540,188 (0% Used)
Related Opportunity
FA852325R0001
Analysis Notes
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).
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Northrop Grumman Systems Corporation was awarded Indefinite Delivery Contract FA852325DB002 (FA8523-25-D-B002) by AFLCMC Robins AFB for Engineering Services Rwr Iss Follow On Fy25 in June 2025. The IDC has a duration of 10 years and was awarded full & open with NAICS 334511 and PSC R425 via sole source acquisition procedures with 1 bid received. The total ceiling is $23,540,188, of which 0% has been used.

DOD Announcements

Jun 2025: Northrop Grumman Systems Corp., Mclean, Virginia, was awarded a ceiling $23,540,188 indefinite-delivery/indefinite-quantity contract for engineering services and technical support to meet mission requirements of the AN/ALR-56M Integrated Support Station and other interfaced systems and processes. This contract provides for the sustainment of the Integrated Support Station and the compilation of systems that create the F-15 Tactical Electronic Warfare System. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by June 29, 2035. This contract was a sole source acquisition. Fiscal 2025 operations and maintenance appropriations funds in the amount of $2,455,604 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-25-DB-002).

Status
(Open)

Modified 7/8/25
Period of Performance
6/29/25
Start Date
6/29/35
Ordering Period End Date
2.0% Complete

Task Order Obligations
$0
Total Obligated
$0
Current Award
$0
Potential Award
0% Funded

Award Hierarchy

Indefinite Delivery Contract

FA852325DB002

Contracts

0

Subcontracts

0

Transaction History

Modifications to FA852325DB002

People

Suggested agency contacts for FA852325DB002

Competition

Number of Bidders
1
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
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
DJUCEANK2KP4
Awardee CAGE
5FVX5
Agency Detail
Awarding Office
FA8523 FA8523 AFLCMC ESKA
Funding Office
F3QCDG F3QCDG EW AVIONICS HBY
Created By
alexander.katsekis@us.af.mil
Last Modified By
therysa.king@us.af.mil
Approved By
therysa.king@us.af.mil

Legislative

Legislative Mandates
Labor Standards Materials, Supplies, Articles & Equipment
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 7/8/25