W52P1J20D0009
Indefinite Delivery Contract
Overview
Government Description
FCR post production support services - apache. This contract provides post production support services for the Fire Control Radar (FCR) system on the apache attack helicopter, including sustainment and support activities for multiple Foreign Military Sales (FMS) customers such as South Korea, Greece, India, Indonesia, Kuwait, Netherlands, Qatar, Saudi Arabia, taiwan, United Arab Emirates, and the United Kingdom. Includes FCR sustainment programs, procurement of production support services, and provision of Peculiar Ground Support Equipment (PGSE) for the royal Morocco Air Force. Services are delivered under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract structure.
Awardee
Awarding Agency
Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$235,794,870 (56% Used)
Related Opportunity
None
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 Longbow 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 FCR PPSS IDIQ2 (1Feb2025 - 31Jan2030).
Amendment Since initial award the Ordering Period End Date was extended from 01/31/25 to 07/31/26.
Sole Source This IDC was awarded sole source to Longbow 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 FCR PPSS IDIQ2 (1Feb2025 - 31Jan2030).
Amendment Since initial award the Ordering Period End Date was extended from 01/31/25 to 07/31/26.
Longbow was awarded
Indefinite Delivery Contract W52P1J20D0009 (W52P1J-20-D-0009)
by
Aviation and Missile Command
for FCR Post Production Support Services - Apache
in January 2020.
The IDC
has a duration of 6 years 6 months and
was awarded
full & open
with
NAICS 541330 and
PSC J016
via sole source acquisition procedures with 1 bid received.
To date, $131,032,794 has been obligated through this vehicle with a potential value of all existing task orders of $131,032,794.
The total ceiling is $235,794,870, of which 56% has been used.
As of today, the IDC has a total reported backlog of $62 and funded backlog of $62.
DOD Announcements
Jan 2020:
Longbow LLC, Orlando, Florida, was awarded a $235,794,870 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) Foreign Military Sales (Republic of Korea (South Korea), Greece, India, India, Indonesia, Kuwait, Netherlands, Qatar, Saudi Arabia, Taiwan, United Arab Emirates and United Kingdom) contract for procurement of production support services for the Fire Control Radar System for the Apache attack helicopter. One bid was solicited via the internet with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2025. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-D-0009).
Status
(Open)
Modified 10/30/25
Period of Performance
1/24/20
Start Date
7/31/26
Ordering Period End Date
Task Order Obligations and Backlog
$131.0M
Total Obligated
$131.0M
Current Award
$131.0M
Potential Award
$62.0
Funded Backlog
$62.0
Total Backlog
Federal Award Analysis
Historical federal task order obligations under W52P1J20D0009
$-
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 W52P1J20D0009
Subcontract Awards
Disclosed subcontracts for W52P1J20D0009
Transaction History
Modifications to W52P1J20D0009
People
Suggested agency contacts for W52P1J20D0009
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
Supplies Or Services Pursuant To FAR 12.102(F)
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Included (No Subcontracting Possibilities)
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
NKALELNK6F48
Awardee CAGE
04WF2
Agency Detail
Awarding Office
W58RGZ W6QK ACC-RSA
Funding Office
W58H0Z W0H9 US ARMY AVN & MISSLES CMD
Created By
padds.w58rgz@cs.army.mil
Last Modified By
fanny.l.quesada.civ@su2100
Approved By
padds.w58rgz@ko.army.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
FL-10
Senators
Marco Rubio
Rick Scott
Rick Scott
Representative
Maxwell Frost
Last Modified: 10/30/25