FA860419D4026
Indefinite Delivery Contract
Overview
Government Description
OPEN ARCHITECTURE STANDARDS MANAGEMENT
Awardee
Awarding Agency
Funding Agency
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$22,500,000 (>100% Used)
Related Opportunity
FA860419R4026
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fort Worth, Texas 76108 United States.
Ceiling Exceeded Total obligated funds of $28,631,767 has exceeded the reported contract ceiling of $22,500,000. This may prevent future funds from being obligated to this indefinite delivery contract. Note, however, that the government can often amend the ceiling to allow for additional awards or in some cases may not have properly updated the ceiling in public records.
Recompete The following similar solicitation(s) may continue aspects of this idv: Open Architecture Management Office (OAMO) Official Open Mission Systems/ Universal Command and Control Interface (OMS/UCI) FOPR Pre-solicitation Announcement
Ceiling Exceeded Total obligated funds of $28,631,767 has exceeded the reported contract ceiling of $22,500,000. This may prevent future funds from being obligated to this indefinite delivery contract. Note, however, that the government can often amend the ceiling to allow for additional awards or in some cases may not have properly updated the ceiling in public records.
Recompete The following similar solicitation(s) may continue aspects of this idv: Open Architecture Management Office (OAMO) Official Open Mission Systems/ Universal Command and Control Interface (OMS/UCI) FOPR Pre-solicitation Announcement
Lockheed Martin Corporation was awarded
Indefinite Delivery Contract FA860419D4026 (FA8604-19-D-4026)
by
the Secretary of the Air Force
for Open Architecture Standards Management
in December 2019.
The IDC
has a duration of 4 years and
was awarded
full & open
with
NAICS 541715 and
PSC AC12
via direct negotiation acquisition procedures with 8 bids received.
To date, $30,576,465 has been obligated through this vehicle.
The total ceiling is $22,500,000, of which 101% has been used.
As of today, the IDC has a total reported backlog of $1,944,698 and funded backlog of $1,944,698.
The vehicle was awarded through Open Mission Systems and Universal Command and Control IDIQ.
DOD Announcements
Dec 2018:
BAE Systems Information and Electronics Systems Integration, Nashua, New Hampshire (FA8604-19-D-4021); The Boeing Co., Defense, Space & Security, St. Louis, Missouri (FA8604-19-D-4022); General Atomics Aeronautical Systems Inc. GS-ASI, Poway, California (FA8604-19-D-4020); Goodrich Corp., UTC Aerospace Systems, ISR Systems, Westford, Massachusetts (FA8604-19-D-4023); Harris Corp., Electronic Systems, Integrated Electronic Warfare Systems, Clifton, New Jersey (FA8604-19-D-4027); Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas (FA8604-19-D-4026); Northrop Grumman Systems Corp., Northrop Grumman Aerospace Systems, Melbourne, Florida (FA8604-19-D-4024); and Raytheon Co., Raytheon, El Segundo, California (FA8604-19-D-40250), have been awarded $22,500,000 ceiling indefinite-delivery/indefinite-quantity contracts for the formation of a collaborative working group of various industry partners to work as a single extended entity to develop, evolve, and update via pre-planned product improvement initiatives, as well as manage and provide configuration control of the Open Mission Systems and Universal Command and Control Interface standards, collectively referred to as the Open Architecture standards. These contracts provide for the development, updating and management of the above standards with the following business goals: promote adaptability, flexibility, and expandability; support a variety of missions and domains; simplify integration; reduce technical risk and overall cost of ownership of weapon system programs; enable affordable technology refresh and capability evolution; enable reuse; enable independent development and deployment of system elements; and accommodate a range of cybersecurity approaches. Work will be primarily performed in Nashua, New Hampshire; St. Louis, Missouri; Poway, California; Westford, Massachusetts; Clifton, New Hampshire; Fort Worth, Texas; and Melbourne, Florida, and is expected to be complete by Dec. 31, 2022. This award is the result of a sole-source acquisition. Air Force Life Cycle Management, Wright Patterson Air Force Base, Ohio, is the contracting activity. (Contracts awarded Dec. 14-18, 2018).
Jan 2019: BAE Systems Information and Electronics Systems Integration, Nashua, New Hampshire (FA8604-19-D-4021); The Boeing Co., Defense, Space & Security, St. Louis, Missouri (FA8604-19-D-4022); General Atomics Aeronautical Systems Inc.(GS-ASI), Poway, California (FA8604-19-D-4020); Goodrich Corp., UTC Aerospace Systems, ISR Systems, Westford, Massachusetts (FA8604-19-D-4023); Harris Corp., Electronic Systems, Integrated Electronic Warfare Systems, Clifton, New Jersey (FA8604-19-D-4027); Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas (FA8604-19-D-4026); Northrop Grumman Systems Corp., Northrop Grumman Aerospace Systems, Melbourne, Florida (FA8604-19-D-4024); and Raytheon Co., Raytheon, El Segundo, California (FA8604-19-D-40250), have been awarded $22,500,000 ceiling indefinite-delivery/indefinite-quantity contracts for the formation of a collaborative working group of various industry partners to work as single extended entity to develop, evolve, update via pre-planned product improvement initiatives, as well as manage and provide configuration control of the open mission systems and universal command and control interface standards, collectively referred to as the Open Architecture Standards. These contracts provide for the development, updating and management of the above standards with the following business goals, promote adaptability, flexibility, and expandability; support a variety of missions and domains; simplify integration; reduce technical risk and overall cost of ownership of weapon system programs; enable affordable technology refresh and capability evolution; enable reuse; enable independent development and deployment of system elements; and accommodate a range of cybersecurity approaches. Work will be performed at the industry partner facilities in Nashua, New Hampshire; St. Louis, Poway, California; Westford Massachusetts; Clifton New Hampshire; Fort Worth, Texas; and Melbourne, Florida, and is expected to be complete by December 31, 2022. This award is the result of a sole-source acquisition. Air Force Life Cycle Management, Wright Patterson Air Force Base, Ohio, is the contracting activity.
Jan 2019: BAE Systems Information and Electronics Systems Integration, Nashua, New Hampshire (FA8604-19-D-4021); The Boeing Co., Defense, Space & Security, St. Louis, Missouri (FA8604-19-D-4022); General Atomics Aeronautical Systems Inc.(GS-ASI), Poway, California (FA8604-19-D-4020); Goodrich Corp., UTC Aerospace Systems, ISR Systems, Westford, Massachusetts (FA8604-19-D-4023); Harris Corp., Electronic Systems, Integrated Electronic Warfare Systems, Clifton, New Jersey (FA8604-19-D-4027); Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas (FA8604-19-D-4026); Northrop Grumman Systems Corp., Northrop Grumman Aerospace Systems, Melbourne, Florida (FA8604-19-D-4024); and Raytheon Co., Raytheon, El Segundo, California (FA8604-19-D-40250), have been awarded $22,500,000 ceiling indefinite-delivery/indefinite-quantity contracts for the formation of a collaborative working group of various industry partners to work as single extended entity to develop, evolve, update via pre-planned product improvement initiatives, as well as manage and provide configuration control of the open mission systems and universal command and control interface standards, collectively referred to as the Open Architecture Standards. These contracts provide for the development, updating and management of the above standards with the following business goals, promote adaptability, flexibility, and expandability; support a variety of missions and domains; simplify integration; reduce technical risk and overall cost of ownership of weapon system programs; enable affordable technology refresh and capability evolution; enable reuse; enable independent development and deployment of system elements; and accommodate a range of cybersecurity approaches. Work will be performed at the industry partner facilities in Nashua, New Hampshire; St. Louis, Poway, California; Westford Massachusetts; Clifton New Hampshire; Fort Worth, Texas; and Melbourne, Florida, and is expected to be complete by December 31, 2022. This award is the result of a sole-source acquisition. Air Force Life Cycle Management, Wright Patterson Air Force Base, Ohio, is the contracting activity.
Status
(Complete)
Modified 2/16/23
Period of Performance
12/31/18
Start Date
12/31/22
Ordering Period End Date
Task Order Obligations and Backlog
$28.6M
Total Obligated
$30.6M
Current Award
$30.6M
Potential Award
$1.9M
Funded Backlog
$1.9M
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
FA860419D4026
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under FA860419D4026
$-
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 FA860419D4026
Subcontract Awards
Disclosed subcontracts for FA860419D4026
Transaction History
Modifications to FA860419D4026
People
Suggested agency contacts for FA860419D4026
Competition
Number of Bidders
8
Solicitation Procedures
Negotiated Proposal/Quote
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
Plan Not Included (No Subcontracting Possibilities)
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
G4KDGE4JFFK7
Awardee CAGE
81755
Agency Detail
Awarding Office
FA8604 FA8604 AFLCMC PZI
Funding Office
F59900 F59900 SAF FMBIB
Created By
usercw@sa5700.fa8604
Last Modified By
jessica.ayers.1.ctr@us.af.mil
Approved By
usercw@sa5700.fa8604
Legislative
Legislative Mandates
None Applicable
Awardee District
TX-12
Senators
John Cornyn
Ted Cruz
Ted Cruz
Representative
Kay Granger
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Research, Development, Test, and Evaluation, Air Force (057-3600) | Department of Defense-Military | Research and development contracts (25.5) | $1,935,547 | 100% |
Last Modified: 2/16/23