AWARD
A -- Next Generation Overhead Persistent Infrared (Next Gen OPIR) Geosynchronous Earth Orbit (GEO) Space Vehicles 1-3 - REDACTED Next Gen OPIR GEO J&A
- Notice Date
- 8/27/2018
- Notice Type
- Award Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
- ZIP Code
- 90245-2808
- Solicitation Number
- FA8810-18-C-0005
- Archive Date
- 9/26/2018
- Point of Contact
- Kirsten W. Perry, Phone: (310) 653-2540, Capt Zachary Fields, Phone: (310) 653-2110
- E-Mail Address
-
kirsten.perry@us.af.mil, zachary.fields.3@us.af.mil
(kirsten.perry@us.af.mil, zachary.fields.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Award Number
- FA8810-18-C-0005
- Award Date
- 8/14/2018
- Awardee
- Lockheed Martin Space, 1111 Lockheed Martin Way, Sunnyvale, California 94088, United States
- Award Amount
- $2,935,545,188.66
- Line Number
- CLIN 0001, Design/Develop, Flight Hardware Procurement and Initial Manufacturing; and CLIN 0002, Data and Reports
- Description
- REDACTED Next Gen OPIR GEO J&A This is a Notice of Contract Award in accordance with (IAW) FAR 5.301. The Department of the Air Force, Space and Missile Systems Center, Remote Sensing Systems Directorate (SMC/RS) awarded a sole source contract to Lockheed Martin Space to acquire the Next Generation Overhead Persistent Infrared (Next Gen OPIR) Geosynchronous Earth Orbit (GEO) Space Vehicles 1-3 (NGGs 1-3). The action was executed as an Undefinitized Contract Action (UCA) for requirements analysis, design/development, critical path flight hardware, early manufacturing, and risk reduction efforts leading to a System Critical Design Review (CDR). The second contract action (Phase 2) will be awarded as a modification for the manufacturing, assembly, integration, test and delivery of NGGs 1-3. This action was made pursuant to 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(ii). Based on market research, only Lockheed Martin Space has the ability to meet NGG 1's Initial Launch Capability (ILC) date of Fiscal Year (FY) 2025, and award to any other source would result in an unacceptable schedule delay in fulfilling the Air Force's urgent fielding requirements and substantial duplication of cost to the Government that is not expected to be recovered through competition. The attached Justification & Approval (J&A) authorizing the sole source award of contract FA8810-18-C-0005 is being made publicly available within 14 days of contract award IAW FAR 5.301(d)(1) and FAR 6.305(a). The J&A will remain publicly available on FBO for 30 days IAW FAR 6.305(d).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/Awards/FA8810-18-C-0005.html)
- Record
- SN05057626-W 20180829/180827231127-ed810f78a75aec66feb5d33ec4ca8299 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |