N6893618D0025
Indefinite Delivery Contract
Overview
Government Description
Tacair domestic labor. This award provides software development, integration, and testing support for the ALR-67(V)3 Radar Warning Receiver (RWR) and ALE-50B Integrated Multi-Platform Launch Controller (IMPLC) systems, including work for the tactical aircraft electronic warfare integrated product team (tacair ew ipt) at nawcwd point mugu, CA. Tasks include designing, developing, integrating, and testing software/firmware, conducting anomaly investigations, supporting laboratory and flight tests, providing on-site technical support, and producing Operational Flight Program (OFP) and User Data File Generator (UDFG) workshops and materials, as well as system maintenance and repair. Additional efforts include software and firmware enhancements, engineering services, and software support for the ALR-67(V)3 and ALE-50B systems for the U.S. Navy and allied partners such as the royal australian Air Force, royal canadian Air Force, and the government of Kuwait.
Awardee
Awarding / Funding Agency
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$80,286,702
Vehicle Ceiling
$80,286,702 (63% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Goleta, California 93117 United States.
Sole Source This IDC was awarded sole source to Raytheon Company because the government believes that only one company can provide the product / service (FAR 6.302-1).
Forecast Listed as the incumbent in contract forecast ALR-67(V), ALE-50B & ALR- 69A Software Development.
Amendment Since initial award the Ordering Period End Date was extended from 06/21/23 to 06/27/28.
Sole Source This IDC was awarded sole source to Raytheon Company because the government believes that only one company can provide the product / service (FAR 6.302-1).
Forecast Listed as the incumbent in contract forecast ALR-67(V), ALE-50B & ALR- 69A Software Development.
Amendment Since initial award the Ordering Period End Date was extended from 06/21/23 to 06/27/28.
Raytheon Company was awarded
Indefinite Delivery Contract N6893618D0025 (N68936-18-D-0025)
by
Naval Air Warfare Centers
for TACAIR Domestic Labor Systems Engineering Services Contract
in June 2018.
The IDC
has a duration of 10 years and
was awarded
through solicitation ALR-67(V)3 & ALE-50B Software Development Support
full & open
with
NAICS 541330 and
PSC K016
via sole source acquisition procedures with 1 bid received.
To date, $50,496,181 has been obligated through this vehicle.
The total ceiling is $80,286,702, of which 63% has been used.
DOD Announcements
Jun 2018:
Raytheon Space and Airborne Systems, Goleta, California, is awarded an $80,286,703 indefinite-delivery/indefinite-quantity contract for systems engineering services for software development and system integrity services in support of F/A-18A-D and E/F aircraft for the Navy and the governments of Australia, Canada, Kuwait, and Switzerland. Services to be provided include enhancing the Operational Flight program, the User Data File (UDF), the UDF Generator, firmware, and tool development in support of ALR-67(V)3 and ALE-50B systems. Work will be performed in Point Mugu, California (90 percent); Goleta, California (3 percent); China Lake, California (1 percent); St. Louis, Missouri (1 percent); Lexington Park, Maryland (1 percent); Clifton, New Jersey (1 percent); Nashua, New Hampshire (1 percent); Interlaken, Switzerland (1 percent); and Adelaide, Australia (1 percent), and is expected to be completed in June 2023. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $7,200,000 are being obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity (N68936-18-D-0025).
Status
(Open)
Modified 9/16/25
Period of Performance
6/27/18
Start Date
6/27/28
Ordering Period End Date
Task Order Obligations
$50.5M
Total Obligated
$50.5M
Current Award
$50.5M
Potential Award
Federal Award Analysis
Historical federal task order obligations under N6893618D0025
$-
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 N6893618D0025
Subcontract Awards
Disclosed subcontracts for N6893618D0025
Opportunity Lifecycle
Procurement history for N6893618D0025
Transaction History
Modifications to N6893618D0025
People
Suggested agency contacts for N6893618D0025
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
Plan Not Required
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
JVT2KW1LE2S3
Awardee CAGE
06129
Agency Detail
Awarding Office
N68936 NAVAL AIR WARFARE CENTER
Funding Office
N68936 NAVAL AIR WARFARE CENTER
Created By
tara.brandt@navy.mil
Last Modified By
tara.brandt@navy.mil
Approved By
tara.brandt@navy.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
CA-24
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Salud Carbajal
Budget Funding
| Federal Account | Budget Subfunction | Object Class | Total | Percentage |
|---|---|---|---|---|
| Operation and Maintenance, Navy (017-1804) | Department of Defense-Military | Operation and maintenance of equipment (25.7) | $1,733,021 | 100% |
Last Modified: 9/16/25