FA854022D0001
Indefinite Delivery Contract
Overview
Government Description
FMS SNIPER ATP AND LANTIRN SUSTAINMENT CONTRACT. THE CONTRACT PROVIDES SUSTAINMENT SERVICES FOR SNIPER ADVANCED TARGETING PODS (ATP) AND LOW ALTITUDE NAVIGATION & TARGETING INFRARED FOR NIGHT (LANTIRN) SYSTEMS FOR FOREIGN MILITARY SALES (FMS) CUSTOMERS. WORK PERFORMED INCLUDES ESTABLISHING REPAIR AND RETURN REQUIREMENTS AND PROVIDING SUSTAINMENT PROGRAM SUPPORT FOR SNIPER ATP SENSOR PROGRAMS FOR THE SLOVAKIAN, BULGARIAN, POLISH, EGYPTIAN, ROYAL THAILAND, PAKISTAN, AND ROYAL BAHRAIN AIR FORCES, AS WELL AS TEST TEARDOWN AND EVALUATION OF LANTIRN AND IRST PODS.
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$645,000,000 (7% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Orlando, Florida 32819 United States.
Sole Source This IDC was awarded sole source to Lockheed Martin Corporation because due to the requirements of an international agreement.
Amendment Since initial award the Vehicle Ceiling has increased 50% from $430,000,000 to $645,000,000.
Sole Source This IDC was awarded sole source to Lockheed Martin Corporation because due to the requirements of an international agreement.
Amendment Since initial award the Vehicle Ceiling has increased 50% from $430,000,000 to $645,000,000.
Lockheed Martin Corporation was awarded
Indefinite Delivery Contract FA854022D0001 (FA8540-22-D-0001)
by
Air Force Materiel Command
for FMS Sniper ATP And LANTIRN Sustainment Contract
in April 2022.
The IDC
has a duration of 5 years and
was awarded
through solicitation FMS Sniper/LANTIRN Sustainment Requirements Contract
full & open
with
NAICS 334511 and
PSC R408
via sole source acquisition procedures with 1 bid received.
To date, $44,195,882 has been obligated through this vehicle.
The total ceiling is $645,000,000, of which 7% has been used.
Status
(Open)
Modified 9/17/25
Period of Performance
4/5/22
Start Date
3/31/27
Ordering Period End Date
Task Order Obligations
$44.2M
Total Obligated
$44.2M
Current Award
$44.2M
Potential Award
Federal Award Analysis
Historical federal task order obligations under FA854022D0001
$-
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 FA854022D0001
Subcontract Awards
Disclosed subcontracts for FA854022D0001
Opportunity Lifecycle
Procurement history for FA854022D0001
Transaction History
Modifications to FA854022D0001
People
Suggested agency contacts for FA854022D0001
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
International Agreement
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
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
H7PNSVNN5827
Awardee CAGE
04939
Agency Detail
Awarding Office
FA8540 FA8540 AFLCMC ESKB
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
FL-10
Senators
Marco Rubio
Rick Scott
Rick Scott
Representative
Maxwell Frost
Last Modified: 9/17/25