W56HZV24D0020
Indefinite Delivery Contract
Overview
Government Description
The acquisition of systems of Systems Technical Support (STS) and Sustainment System Technical Support (SSTS) services consists of program management, logistics support, engineering, product assurance, testing, and other elements. These services support the M109 family of vehicles (FOV), including the M109A6 paladin, M109A7 Paladin Integrated Management (PIM), M992A2 Field Artillery Ammunition Support Vehicle (FAASV), M992A3 Carrier, Armored Tracked (CAT) vehicle, and all derivatives and variants. Includes sustainment, configuration management, engineering change proposals, engineering design, environmental issues, facility vehicle support, failure analysis, fielding, field service representatives, human system integration, logistics support, Modification Work Order (MWO) development and application, product improvements, program, engineering and quality management, reliability and maintainability support, safety, software engineering, system assessment, systems and equipment training, system validation, system and vehicle integration, system design technical support of vehicle survivability enhancements, systems engineering, technical reports, technical support to production engineering and design change, testing, and development of training plans and technical manuals. The contract provides comprehensive STS and SSTS support for modifications, changes, and improvements to M109 FOV vehicle systems and subsystems.
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
Multiple Agencies
Vehicle Ceiling
$331,895,545 (44% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: York, Pennsylvania 17408 United States.
Sole Source This IDC was awarded sole source to BAE Systems Land & Armaments L.P because the government believes that the supplier has unique capabilities that cannot be otherwise obtained.
Amendment Since initial award the Ordering Period End Date was extended from 03/06/29 to 03/11/29.
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 BAE Systems Land & Armaments L.P because the government believes that the supplier has unique capabilities that cannot be otherwise obtained.
Amendment Since initial award the Ordering Period End Date was extended from 03/06/29 to 03/11/29.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
BAE Systems Land & Armaments L.P was awarded
Indefinite Delivery Contract W56HZV24D0020 (W56HZV-24-D-0020)
by
PEO Ground Combat Systems
for System Technical Support (STS) and Sustainment System Technical Support (SSTS) for M109 Family of Vehicles (FOV)
in March 2024.
The IDC
has a duration of 5 years and
was awarded
through solicitation M109 Family of Vehicles System Technical Support & Sustainment System Technical Support Services
full & open
with
NAICS 541330 and
PSC R425
via sole source acquisition procedures with 1 bid received.
To date, $147,128,525 has been obligated through this vehicle.
The total ceiling is $331,895,545, of which 44% has been used.
DOD Announcements
Mar 2024:
BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $317,998,029 cost-plus-fixed-fee contract for continuing system technical services for M109 Family of Vehicles. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of March 7, 2029. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0020).
Status
(Open)
Modified 11/19/25
Period of Performance
3/12/24
Start Date
3/11/29
Ordering Period End Date
Task Order Obligations
$147.1M
Total Obligated
$147.1M
Current Award
$147.1M
Potential Award
Federal Award Analysis
Historical federal task order obligations under W56HZV24D0020
$-
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 W56HZV24D0020
Subcontract Awards
Disclosed subcontracts for W56HZV24D0020
Opportunity Lifecycle
Procurement history for W56HZV24D0020
Transaction History
Modifications to W56HZV24D0020
People
Suggested agency contacts for W56HZV24D0020
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Unique Source
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
DMHSJF9K3XP9
Awardee CAGE
06085
Agency Detail
Awarding Office
W912CH W6QK ACC- DTA
Funding Office
W501CK W6DX PEO GCS WARREN
Created By
padds.w56hzv@cs.army.mil
Last Modified By
padds.w56hzv@ko.army.mil
Approved By
padds.w56hzv@ko.army.mil
Legislative
Legislative Mandates
Labor Standards
Materials, Supplies, Articles & Equipment
Awardee District
PA-10
Senators
Robert Casey
John Fetterman
John Fetterman
Representative
Scott Perry
Last Modified: 11/19/25