W56KGY20D0012
Indefinite Delivery Contract
Overview
Government Description
The Long Range Radar-Enhanced (LRR-E) vader base Indefinite Delivery Indefinite Quantity (IDIQ) contract provides support in project management, system engineering, test and evaluation, integration, logistics, depot service, and sustainment. Additional work performed under this contract includes design, development, technical insertion, testing, training, engineering support, Field Support Representatives (FSR), obsolescence management, Contractor Logistical Support (CLS), design improvements, lab and aircraft testing, integration services, sensor enhancements, and system modifications and upgrades. The contract also covers product support and CLS services for LRR-E/vader, CONUS and OCONUS operations and sustainment, maintenance and training documentation, New Equipment Training (NET), initial training, First Unit Equipped (FUE) support, First Article Test (FAT), and other test and production acceptance support services. Software enhancements and spares acquisitions are also included.
Awarding 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
$184,439,378 (51% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Linthicum Heights, Maryland 21090 United States.
Sole Source This IDC was awarded sole source to Northrop Grumman Systems Corporation because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Ordering Period End Date was extended from 06/16/25 to 06/15/29 and the Vehicle Ceiling has increased 106% from $89,551,256 to $184,439,378.
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 because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Ordering Period End Date was extended from 06/16/25 to 06/15/29 and the Vehicle Ceiling has increased 106% from $89,551,256 to $184,439,378.
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 W56KGY20D0012 (W56KGY-20-D-0012)
by
PEO Intelligence Electronic Warfare and Sensors
for LRR-E VADER Base IDIQ Services/Hardware Contract
in June 2020.
The IDC
has a duration of 9 years and
was awarded
through solicitation Long Range RADAR-Enhanced (LRR-E) & Vehicle and Dismount Exploitation RADAR (VADER) Procurement of Systems & Support Services
full & open
with
NAICS 334511 and
PSC 5841
via sole source acquisition procedures with 1 bid received.
To date, $94,094,241 has been obligated through this vehicle with a potential value of all existing task orders of $133,138,739.
The total ceiling is $184,439,378, of which 51% has been used.
As of today, the IDC has a total reported backlog of $39,044,497.
DOD Announcements
Jun 2020:
Northrup Grumman Systems Corp., Linthicum Heights, Maryland, was awarded an $89,551,256 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for Long Range Radar-Enhanced and Vehicle and Dismount Exploitation Radar program efforts. 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 June 15, 2025. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-20-D-0012).
Status
(Open)
Modified 4/30/25
Period of Performance
6/15/20
Start Date
6/15/29
Ordering Period End Date
Task Order Obligations and Backlog
$94.1M
Total Obligated
$94.1M
Current Award
$133.1M
Potential Award
$0.0
Funded Backlog
$39.0M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under W56KGY20D0012
$-
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 W56KGY20D0012
Subcontract Awards
Disclosed subcontracts for W56KGY20D0012
Opportunity Lifecycle
Procurement history for W56KGY20D0012
Transaction History
Modifications to W56KGY20D0012
People
Suggested agency contacts for W56KGY20D0012
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
H9M6J1PND9M3
Awardee CAGE
15055
Agency Detail
Awarding Office
W56KGY W6QK ACC-APG
Funding Office
W907LH W6DP PEO IEW & S ABERDEEN
Created By
padds.w56kgy@cs.army.mil
Last Modified By
padds.w56kgy@ko.army.mil
Approved By
padds.w56kgy@ko.army.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
MD-03
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
John Sarbanes
Last Modified: 4/30/25