Search IDVs

W9113M22D0062

Indefinite Delivery Contract

Overview

Government Description
JTAGS P31 BLK 2, PHASE 1 DEVELOPMENT
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$147,744,454 (44% Used)
Related Opportunity
W9113M22R0060
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Colorado Springs, Colorado 80916 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 Vehicle Ceiling has increased 196% from $49,966,157 to $147,744,455.
Northrop Grumman Systems Corporation was awarded Indefinite Delivery Contract W9113M22D0062 (W9113M-22-D-0062) by the Department of the Air Force for Jtags P31 Blk 2, Phase 1 Development in May 2022. The IDC has a duration of 2 years 7 months and was awarded full & open with NAICS 541330 and PSC R425 via sole source acquisition procedures with 1 bid received. To date, $69,633,221 has been obligated through this vehicle with a potential value of all existing task orders of $70,310,900. The total ceiling is $147,744,454, of which 44% has been used. As of today, the IDC has a total reported backlog of $5,157,921 and funded backlog of $4,480,241.

DOD Announcements

May 2022: Northrop Grumman Systems Corp., Boulder, Colorado, was awarded a $48,141,176 firm-fixed-price contract for engineering services, contractor logistics support, and program management. 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 Nov. 17, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9113M-22-D-0062).

Status
(Complete)

Modified 1/23/25
Period of Performance
5/17/22
Start Date
12/31/24
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$65.2M
Total Obligated
$69.6M
Current Award
$70.3M
Potential Award
93% Funded
$4.5M
Funded Backlog
$5.2M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

W9113M22D0062

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under W9113M22D0062

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


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


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating

Contract Awards

Prime task orders awarded under W9113M22D0062

Subcontract Awards

Disclosed subcontracts for W9113M22D0062

Transaction History

Modifications to W9113M22D0062

People

Suggested agency contacts for W9113M22D0062

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
DJUCEANK2KP4
Awardee CAGE
5FVX5
Agency Detail
Awarding Office
FA8815 FA8815 SUSTAINMENT SN SSC/PKL
Funding Office
F3LGA0 SMC FM
Created By
darren.fullo@spaceforce.mil
Last Modified By
rona.poole1@sa5700.fa8823
Approved By
rona.poole1@sa5700.fa8823

Legislative

Legislative Mandates
Labor Standards
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 1/23/25