FA869021D1009
Indefinite Delivery Contract
Overview
Government Description
GLOBAL HAWK EXPANDED PROGRAM INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT II
Awarding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$4,800,000,000 (20% Used)
Related Opportunity
FA862020R1009
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.
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.
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 FA869021D1009 (FA8690-21-D-1009)
by
Aeronautical Systems Center
for Global Hawk Expanded Program Indefinite Delivery Indefinite Quantity Contract Ii
in November 2020.
The IDC
has a duration of 4 years 10 months and
was awarded
full & open
with
NAICS 336411 and
PSC 1510
via sole source acquisition procedures with 1 bid received.
To date, $1,107,660,970 has been obligated through this vehicle with a potential value of all existing task orders of $1,487,704,804.
The total ceiling is $4,800,000,000, of which 20% has been used.
As of today, the IDC has a total reported backlog of $537,739,765 and funded backlog of $157,695,931.
DOD Announcements
Nov 2020:
Northrop Grumman Systems Corp., San Diego, California, has been awarded a $4,800,000,000 indefinite-delivery/indefinite-quantity contract for Global Hawk development, modernization, retrofit and sustainment activities for all Air Force Global Hawk variants. This contract provides for management, including program, business and technical areas; engineering efforts, including configuration management, data management, reliability, availability and maintainability, and related areas of concern such as technical refresh, diminishing manufacturing sources, etc.; studies and analyses; design, development, integration, test and evaluation; contract/production line closeout/shutdown; training; sparing; overseas contingency operations support; fielding; cyber security/information assurance; interoperability support; facilities modifications/renovation; integrated logistics support; requirements management specification management; and quality assurance. Additional, and more specific, guidance will be included within each individual delivery order/task order statement of work and performance work statement regarding these and other tasks. This contract provides flexibility to accommodate the broad enterprise of activities associated with the Global Hawk program. Work will be performed in San Diego, California, and is expected to be completed Sept. 30, 2030. This award is the result of a sole-source acquisition. Multiple fiscal years and types of funds will be used for this contract. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the primary contracting activity (FA8690-21-D-1009).
Status
(Open)
Modified 7/7/23
Period of Performance
11/24/20
Start Date
9/30/25
Ordering Period End Date
Task Order Obligations and Backlog
$950.0M
Total Obligated
$1.1B
Current Award
$1.5B
Potential Award
$157.7M
Funded Backlog
$537.7M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA869021D1009
$-
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 FA869021D1009
Subcontract Awards
Disclosed subcontracts for FA869021D1009
Transaction History
Modifications to FA869021D1009
People
Suggested agency contacts for FA869021D1009
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Follow-On Contract
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
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
LALWKM623MU7
Awardee CAGE
78022
Agency Detail
Awarding Office
FA8690 FA8690 AFLCMC WIGK GLOBAL HAWK
Funding Office
F4FDAK F4FDAK ASC AAP
Created By
usercw@sa5700.fa8602
Last Modified By
usercw@sa5700.fa8602
Approved By
usercw@sa5700.fa8602
Legislative
Legislative Mandates
None Applicable
Awardee District
CA-49
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Mike Levin
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operation and Maintenance, Air Force (057-3400) | Department of Defense-Military | Operation and maintenance of equipment (25.7) | $4,372,265 | 61% |
Operation and Maintenance, Air Force (057-3400) | Department of Defense-Military | Advisory and assistance services (25.1) | $2,802,081 | 39% |
Last Modified: 7/7/23