FA861624DB001
Indefinite Delivery Contract
Overview
Government Description
B-2 MODERNIZATION AND SUSTAINMENT EFFORTS
Awardee
Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$7,000,000,000 (1% Used)
Related Opportunity
FA861624R6060
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Palmdale, California 93550 United States.
Sole Source This IDC was awarded sole source to Northrop Grumman Systems 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%
Sole Source This IDC was awarded sole source to Northrop Grumman Systems 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 was awarded
Indefinite Delivery Contract FA861624DB001 (FA8616-24-D-B001)
by
Lifecycle Management Center
for B-2 Modernization And Sustainment Efforts
in May 2024.
The IDC
has a duration of 5 years and
was awarded
full & open
with
NAICS 336411 and
PSC 1510
via sole source acquisition procedures with 1 bid received.
To date, $165,827,838 has been obligated through this vehicle with a potential value of all existing task orders of $189,635,722.
The total ceiling is $7,000,000,000, of which 1% has been used.
As of today, the IDC has a total reported backlog of $130,560,881 and funded backlog of $106,752,997.
DOD Announcements
May 2024:
Northrop Grumman Systems Corp. Aerospace Systems, Palmdale, California, was awarded a indefinite-delivery/indefinite-quantity contract with a ceiling of $7,000,000,000 for B-2 modernization and sustainment. This contract provides for B-2 enhancements, sustainment, logistics elements including sustaining engineering, software maintenance, and support equipment. Also included is programmed depot maintenance of the fleet and other interim contractor support. Work will be performed at Palmdale, California; with performance at other locations, namely Whiteman Air Force Base, Missouri; Tinker AFB, Oklahoma; Wright Patterson AFB, Ohio; Edwards AFB, California; and Hill AFB, Utah, and is expected to be completed by May 3, 2029. This contract was a sole source acquisition. Fiscal 2023 research, development, test, and evaluation funds in the amount of $21,439 are being obligated at time of award. The Air Force Life Cycle Management Center, B-2 Division Contracting, Wright-Patterson AFB, Ohio, is the contracting activity (FA8616-24-D-B001).
May 2024: CORRECTION: The contract announced May 2, 2024, for Northrop Grumman Systems Corp., Aeronautics Systems, Palmdale, California (FA8616-24-D-B001), with a ceiling of $7,000,000,000, for B-2 modernization and sustainment, was announced with an incorrect award date. The correct award date is May 3, 2024.
CORRECTION: The contract announced May 1, 2024, for Johns Hopkins University Applied Physics Laboratory, Laurel, Maryland, (FA8819-24-D-B002), for $493,166,340 was announced with an incorrect award date. The correct award date is May 2, 2024.
May 2024: CORRECTION: The contract announced May 2, 2024, for Northrop Grumman Systems Corp., Aeronautics Systems, Palmdale, California (FA8616-24-D-B001), with a ceiling of $7,000,000,000, for B-2 modernization and sustainment, was announced with an incorrect award date. The correct award date is May 3, 2024.
CORRECTION: The contract announced May 1, 2024, for Johns Hopkins University Applied Physics Laboratory, Laurel, Maryland, (FA8819-24-D-B002), for $493,166,340 was announced with an incorrect award date. The correct award date is May 2, 2024.
Status
(Open)
Modified 7/24/24
Period of Performance
5/2/24
Start Date
5/2/29
Ordering Period End Date
Task Order Obligations and Backlog
$59.1M
Total Obligated
$165.8M
Current Award
$189.6M
Potential Award
$106.8M
Funded Backlog
$130.6M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA861624DB001
$-
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 FA861624DB001
Subcontract Awards
Disclosed subcontracts for FA861624DB001
Transaction History
Modifications to FA861624DB001
People
Suggested agency contacts for FA861624DB001
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
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
JRVLDEXMYDK8
Awardee CAGE
1W025
Agency Detail
Awarding Office
FA8616 FA8616 AFLCMC WBZK B2
Funding Office
F4FDAU F4FDAU AFLCMC WBZ WP
Created By
jillian.kovacs@us.af.mil
Last Modified By
jillian.kovacs@us.af.mil
Approved By
jillian.kovacs@us.af.mil
Legislative
Legislative Mandates
Labor Standards
Materials, Supplies, Articles & Equipment
Awardee District
CA-27
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Mike Garcia
Last Modified: 7/24/24