Search Prime Contracts

FA857721C0002

Definitive Contract

Overview

Government Description
CONTRACTOR LOGISTICS SUPPORT AND SERVICES VI FOR ENHANCED INTEGRATED SENSOR SUITE SUPPORTING THE RQ-4 GLOBAL HAWK PLATFORM
Place of Performance
El Segundo, CA 90245 United States
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Competed
Est. Average FTE
127
Analysis Notes
Amendment Since initial award the Potential Award value has increased 8% from $98,002,653 to $106,060,086.
Sole Source This Definitive Contract was awarded sole source to Raytheon Company because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This Definitive Contract has a DOD Comprehensive Subcontracting Plan. The Department of Defense has an overall small business subcontracting goal of 30%
Raytheon Company was awarded Definitive Contract FA857721C0002 (FA8577-21-C-0002) worth up to $106,060,086 by AFLCMC Robins AFB in January 2020. The contract has a duration of 5 years and was awarded through solicitation Global Hawk Contractor Logistics Support and Services CLS VI full & open with NAICS 541330 and PSC R425 via sole source acquisition procedures with 1 bid received. As of today, the Definitive Contract has a total reported backlog of $81,759,625.

DOD Announcements

Dec 2020: The Raytheon Co., El Segundo, California, has been awarded a $10,873,024 cost-plus-fixed-fee contract for the sustainment of the Enhanced Integrator Sensor Suite (EISS) for the RQ-4 Global Hawk program.  This contract provides for contractor logistics support and sustainment of the EISS on the RQ-4 Global Hawk aircraft.  Work will be performed in El Segundo, California, and is expected to be completed Dec. 31, 2025.  This award is the result of a sole-source acquisition.  Fiscal 2021 operation and maintenance funds in the amount of $923,333 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8577-21-C-0002).

Status
(Open)

Last Modified 7/19/22
Period of Performance
1/1/21
Start Date
12/31/22
Current End Date
12/31/25
Potential End Date
86.0% Complete

Obligations and Backlog
$24.3M
Total Obligated
$24.3M
Current Award
$106.1M
Potential Award
23% Funded
$0.0
Funded Backlog
$81.8M
Total Backlog

Award Hierarchy

Definitive Contract

FA857721C0002

Subcontracts

0

Activity Timeline

Interactive chart of timeline of amendments to FA857721C0002

Opportunity Lifecycle

Procurement history for FA857721C0002

Transaction History

Modifications to FA857721C0002

People

Suggested agency contacts for FA857721C0002

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
DOD Comprehensive Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Defense Program
None
DoD Claimant Code
All Others Not Identifiable To Any Other Procurement Program
IT Commercial Item Category
Not Applicable
Awardee UEI
NBSLHP77ZJQ1
Awardee CAGE
4U884
Agency Detail
Awarding Office
FA8577 FA8577 AFLCMC WIUKB PR
Funding Office
F3QCAC
Created By
acps5700_afmc_robins1
Last Modified By
acps5700_afmc_robins1
Approved By
acps5700_afmc_robins1

Legislative

Legislative Mandates
None Applicable
Performance District
CA-33
Senators
Dianne Feinstein
Alejandro Padilla
Representative
Pete Aguilar
Modified: 7/19/22