Search IDVs

FA820518D0001

Indefinite Delivery Contract

Overview

Government Description
COMPREHENSIVE F-22 AIR VEHICLE SUSTAINMENT SERVICES
Pricing
Fixed Price Incentive
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$15,200,000,000 (53% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fort Worth, Texas 76108 United States.
Sole Source This IDC was awarded sole source to Lockheed Martin Corporation.
Amendment Since initial award the Ordering Period End Date was shortened from 06/30/28 to 12/31/27.
Subcontracting Plan This IDC has a DOD Comprehensive Subcontracting Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Lockheed Martin Corporation was awarded Indefinite Delivery Contract FA820518D0001 (FA8205-18-D-0001) by Lifecycle Management Center for Comprehensive F-22 Air Vehicle Sustainment Services in December 2017. The IDC has a duration of 10 years and was awarded through solicitation Follow-on Sustainment Requirements in Support of the F-22 Fleet (Reference Presolicitation FA8205-15-R-0001) full & open with NAICS 336411 and PSC J016 via sole source acquisition procedures with 1 bid received. To date, $8,894,530,875 has been obligated through this vehicle with a potential value of all existing task orders of $10,840,654,422. The total ceiling is $15,200,000,000, of which 53% has been used. As of today, the IDC has a total reported backlog of $2,760,939,857 and funded backlog of $814,816,310.

DOD Announcements

Dec 2017: Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded an indefinite-delivery/indefinite-quantity contract with a total estimated value of $7,000,000,000 for F-22 sustainment. This contract provides for comprehensive F-22 air vehicle sustainment. Work will be performed at five operational bases Joint Base Elmendorf-Richardson, Alaska; Nellis Air Force Base, Nevada; Tyndall Air Force Base, Florida; Joint Base Langley-Eustis, Virginia; and Joint Base Pearl Harbor-Hickam, Hawaii; and at six support locations Edwards Air Force Base, California; Palmdale, California; Hill Air Force Base, Utah; Tinker Air Force Base, Oklahoma; Sheppard Air Force Base, Texas; and Warner Robins Air Force Base, Georgia, as well as at other potential stateside and overseas locations, combat deployment and enroute support bases, potential locations through depot partnering agreements, and system program office locations. The contract has a five-year base ordering period with work expected to be completed by Dec. 31, 2027. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $1,906,535 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8205-18-D-0001).

Status
(Open)

Modified 9/25/24
Period of Performance
12/31/17
Start Date
12/31/27
Ordering Period End Date
71.0% Complete

Task Order Obligations and Backlog
$8.1B
Total Obligated
$8.9B
Current Award
$10.8B
Potential Award
75% Funded
$814.8M
Funded Backlog
$2.8B
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA820518D0001

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA820518D0001

$-

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 FA820518D0001

Subcontract Awards

Disclosed subcontracts for FA820518D0001

Opportunity Lifecycle

Procurement history for FA820518D0001

Transaction History

Modifications to FA820518D0001

People

Suggested agency contacts for FA820518D0001

Competition

Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Follow-On Contract
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
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
G4KDGE4JFFK7
Awardee CAGE
81755
Agency Detail
Awarding Office
FA8205 FA8205 AFLCMC WAUKH
Funding Office
F4FDAN F4FDAN AFLCMC WAU F22 PGM OFC
Created By
acps5700_afmc_hill1
Last Modified By
acps5700_afmc_hill1
Approved By
acps5700_afmc_hill1

Legislative

Legislative Mandates
Labor Standards Materials, Supplies, Articles & Equipment
Awardee District
TX-12
Senators
John Cornyn
Ted Cruz
Representative
Kay Granger

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Operation and Maintenance, Air Force (057-3400) Department of Defense-Military Operation and maintenance of equipment (25.7) $919,794,648 84%
Aircraft Procurement, Air Force (057-3010) Department of Defense-Military Equipment (31.0) $116,332,722 11%
Operation and Maintenance, Air National Guard (057-3840) Department of Defense-Military Operation and maintenance of equipment (25.7) $64,178,285 6%
Last Modified: 9/25/24