Search IDVs

FA853921D0001

Indefinite Delivery Contract

Overview

Government Description
Repair and sustainment of the RQ-4B global hawk and MQ-4C triton systems. This includes repair services for common items for both the RQ-4 and MQ-4C, supporting reparable national stock numbers (NSNS) that encompass the air vehicle, multiple sensor packages, mission control element, and launch and recovery element. The effort also provides support engineering services under the engineering delegation authority for NSNS managed by the 407TH supply chain management squadron. Test, teardown and evaluation, repairs, and management of NSNS are performed at multiple locations.
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$457,998,064 (78% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: San Diego, California 92127 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).
Recompete The following similar solicitation(s) may continue aspects of this idv: RQ-4B (Global Hawk) Sustainment Repair Support
Amendment Since initial award the Ordering Period End Date was extended from 06/30/21 to 12/31/25 and the Vehicle Ceiling has increased 753% from $53,700,000 to $457,998,064.
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 FA853921D0001 (FA8539-21-D-0001) by Air Force Sustainment Center for Repair Sustainment of the RQ-4B Global Hawk MQ-4C Triton Systems in December 2020. The IDC has a duration of 5 years and was awarded through solicitation Global Hawk Sustainment Repair full & open with NAICS 811219 and PSC J015 via sole source acquisition procedures with 1 bid received. To date, $431,999,352 has been obligated through this vehicle. The total ceiling is $457,998,064, of which 78% has been used. As of today, the IDC has a total reported backlog of $76,815,364 and funded backlog of $76,815,364.

DOD Announcements

Oct 2021: Northrop Grumman Aerospace Systems, San Diego, California, has been awarded a $31,030,082 cost-plus-fixed-fee and cost-reimbursable-no-fee, indefinite-delivery requirements modification (FA8539-21-F-0007-P00007) to contract FA8539-21-D-0001 for the RQ-4 Global Hawk and MQ-4C Triton. The contract provides for repair services for “common items” for both the RQ-4 and MQ-4C. It will support reparable National Stock Numbers (NSNs) which encompass the Air Vehicle, multiple sensor packages, Mission Control Element, and Launch and Recovery Element. In addition, this effort includes support engineering services covered under the engineering delegation authority for NSNs transferred to and under the management of the 407th Supply Chain Management Squadron. Work will be performed in San Diego, California; Salt Lake City, Utah; El Segundo, California; Sterling, Virginia; Las Cruces, New Mexico; Valencia, California; Joplin, Missouri; Vandalia, Ohio; Troy, Ohio; Longueuil, Quebec; Woodland Park, New Jersey; Whippany, New Jersey; Indianapolis, Indiana; Woburn, Massachusetts; Twinsburg, Ohio; Medford, New York; Cypress, California; Wichita, Kansas; San Jose, California; and Linthicum, Maryland. Work is expected to be completed by Dec. 31, 2021. This award is the result of a sole source acquisition and direct cite funds in the amount of $27,114,702 will be obligated at the time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity.

Status
(Complete)

Modified 6/10/25
Period of Performance
12/31/20
Start Date
12/31/25
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$355.2M
Total Obligated
$432.0M
Current Award
$432.0M
Potential Award
82% Funded
$76.8M
Funded Backlog
$76.8M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA853921D0001

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA853921D0001

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


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


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating

Contract Awards

Prime task orders awarded under FA853921D0001

Subcontract Awards

Disclosed subcontracts for FA853921D0001

Opportunity Lifecycle

Procurement history for FA853921D0001

Transaction History

Modifications to FA853921D0001

People

Suggested agency contacts for FA853921D0001

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
LALWKM623MU7
Awardee CAGE
78022
Agency Detail
Awarding Office
FA8539 FA8539 AFSC PZABA
Funding Office
F3QL02 F3QL02 407 SCMS
Created By
acps5700_afmc_robins1
Last Modified By
acps5700_afmc_robins1
Approved By
acps5700_afmc_robins1

Legislative

Legislative Mandates
Labor Standards
Awardee District
CA-50
Senators
Dianne Feinstein
Alejandro Padilla
Representative
Scott Peters
Last Modified: 6/10/25