FA854019D0001
Indefinite Delivery Contract
Overview
Government Description
LITENING COMPREHENSIVE ADVANCED TARGETING POD
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$1,310,000,000 (97% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Rolling Meadows, Illinois 60008 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: SIMNET Sustainment Support Services, LITENING AN/AAQ-28 Contractor Logistic Support (CLS), LITENING AN/AAQ-28 Contractor Logistic Support (CLS)
Amendment Since initial award the Ordering Period End Date was extended from 12/31/23 to 12/31/25.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
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: SIMNET Sustainment Support Services, LITENING AN/AAQ-28 Contractor Logistic Support (CLS), LITENING AN/AAQ-28 Contractor Logistic Support (CLS)
Amendment Since initial award the Ordering Period End Date was extended from 12/31/23 to 12/31/25.
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 FA854019D0001 (FA8540-19-D-0001)
by
Air Force Materiel Command
for Litening Comprehensive Advanced Targeting Pod
in December 2019.
The IDC
has a duration of 7 years and
was awarded
through solicitation CLS for LITENING
full & open
with
NAICS 541330 and
PSC R425
via sole source acquisition procedures with 1 bid received.
To date, $1,272,148,579 has been obligated through this vehicle with a potential value of all existing task orders of $1,272,148,589.
The total ceiling is $1,310,000,000, of which 97% has been used.
As of today, the IDC has a total reported backlog of $4,699,197 and funded backlog of $4,699,187.
DOD Announcements
Sep 2025:
Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded a $0 modification (P00025) to a previously awarded contract (FA8540-19-D-0001) for the Litening Contractor Agile Targeting Pod program. The modification does not change the maximum ceiling of $1,310,000,000 on the indefinite-delivery/indefinite-quantity contract and solely extends the period of performance. Work will be performed at Rolling Meadows, Illinois, and is expected to be completed by Dec. 31, 2025. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. (Awarded on July 1, 2023)
Status
(Open)
Modified 4/2/25
Period of Performance
12/31/18
Start Date
12/31/25
Ordering Period End Date
Task Order Obligations and Backlog
$1.3B
Total Obligated
$1.3B
Current Award
$1.3B
Potential Award
$4.7M
Funded Backlog
$4.7M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA854019D0001
$-
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 FA854019D0001
Subcontract Awards
Disclosed subcontracts for FA854019D0001
Opportunity Lifecycle
Procurement history for FA854019D0001
Transaction History
Modifications to FA854019D0001
People
Suggested agency contacts for FA854019D0001
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
E4X3BLZPPPX3
Awardee CAGE
26916
Agency Detail
Awarding Office
FA8540 FA8540 AFLCMC HBKB
Funding Office
F3QCAB F3QCAB AFLCMC HBC
Created By
acps5700_afmc_robins1
Last Modified By
acps5700_afmc_robins1
Approved By
acps5700_afmc_robins1
Legislative
Legislative Mandates
Labor Standards
Awardee District
IL-08
Senators
Richard Durbin
Tammy Duckworth
Tammy Duckworth
Representative
Raja Krishnamoorthi
Budget Funding
| Federal Account | Budget Subfunction | Object Class | Total | Percentage |
|---|---|---|---|---|
| Aircraft Procurement, Air Force (057-3010) | Department of Defense-Military | Equipment (31.0) | $56,065,790 | 34% |
| National Guard and Reserve Equipment Account, Defense (097-0350) | Department of Defense-Military | Equipment (31.0) | $31,733,507 | 19% |
| Department of Defense Working Capital Fund, Defense (097-4930) | Department of Defense-Military | Other services from non-Federal sources (25.2) | $23,990,799 | 15% |
| Operation and Maintenance, Air Force (057-3400) | Department of Defense-Military | Operation and maintenance of equipment (25.7) | $18,178,216 | 11% |
| Operation and Maintenance, Air National Guard (057-3840) | Department of Defense-Military | Operation and maintenance of equipment (25.7) | $13,470,613 | 8% |
Last Modified: 4/2/25