Search IDVs

FA850920D0012

Indefinite Delivery Contract

Overview

Government Description
INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR THE SPECIAL OPERATION FORCES PERSONNEL RECOVERY FIXED WING AND ROTARY DIVISION AIRCRAFT MODIFICATIONS
Awardee
Pricing
Order Dependent (IDV Only)
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$996,000,000 (0% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Anchorage, Alaska 99501 United States.
Amendment Since initial award the Vehicle Ceiling has decreased 50% from $1,992,000,000 to $996,000,000.
T3 Aerospace was awarded Indefinite Delivery Contract FA850920D0012 (FA8509-20-D-0012) by Warner Robins Air Logistics Complex for Indefinite Delivery Indefinite Quantity Contract For The Special Operation Forces Personnel Recovery Fixed Wing And Rotary Division Aircraft Modifications in October 2019. The IDC has a duration of 7 years and was awarded through solicitation Special Operation Forces Multiple Award Contract for Modifications with a Small Business Total set aside with NAICS 336411 and PSC 1680 via direct negotiation acquisition procedures with 17 bids received. To date, $1,838,961 has been obligated through this vehicle. The total ceiling is $996,000,000, of which 0% has been used. The vehicle was awarded through Sustainment Support for Special Operations Forces/Personnel Recovery (SOF/PR).

DOD Announcements

Oct 2019: DM Aero LLC, Byron, Georgia (FA8509-20-D-0001); KIHOMAC Inc., Reston, Virginia (FA8509-20-D-0002); iAccess Technologies Inc., Santa Ana, California (FA8509-20-D-0003); Erickson Incorporated, Medford, Oregon (FA8509-20-D-0004); Radiance Technologies Inc., Huntsville, Alabama (FA8509-20-D-0005); Science and Engineering Services LLC, Huntsville, Alabama (FA8509-20-D-0006); Scientific Research Corporation, Atlanta, Georgia (FA8509-20-D-0007); SelectTech Services, Centerville, Ohio (FA8509-20-D-0008); Strata-G Solutions Inc., Huntsville, Alabama (FA8509-20-D-0009); Strategic Enterprise Solutions Corporation, Warner Robins, Georgia (FA8509-20-D-0010); Support System Associates Inc., Melborne, Florida (FA8509-20-D-0011); and T3 Aerospace LLC, Anchorage, Alaska (FA8509-20-D-0012), have been awarded a combined $996,000,000 ceiling, indefinite-delivery/ indefinite-quantity, multiple award contract.  The contracts will provide non-recurring engineering, trial installation kit, trial kit installation, kit proof kit, kit-proof installation, testing, test support, aircraft integration support, production kits, production kit installation, government furnished property/contract acquired property, interim contractor support, contractor logistics support, provisioning, field service representatives, field service representatives, program management, travel and per diem, kit packaging, handling, shipping and transportation, initial spares, other direct costs, over and above, contract data requirements and post award orientation conference travel in support of various aircraft modifications to Air Force fixed wing and rotary aircraft platforms.  Work will be performed in locations according to the individual order level and is expected to be completed by April 16, 2028.  This award is the result of a competitive small business set-aside and 17 offers were received.  Fiscal 2018 and 2019 3010 procurement funds in the amount of $1,500 to each awardee, for a total of $18,000, are being obligated at the time of award.  The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Status
(Open)

Modified 10/15/24
Period of Performance
10/24/19
Start Date
10/24/26
Ordering Period End Date
79.0% Complete

Task Order Obligations
$1.8M
Total Obligated
$1.8M
Current Award
$1.8M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

FA850920D0012

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA850920D0012

$-

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 FA850920D0012

Subcontract Awards

Disclosed subcontracts for FA850920D0012

Opportunity Lifecycle

Procurement history for FA850920D0012

Transaction History

Modifications to FA850920D0012

People

Suggested agency contacts for FA850920D0012

Competition

Number of Bidders
17
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
VD3VA3G27KK8
Awardee CAGE
893E2
Agency Detail
Awarding Office
FA8509 FA8509 AFLCMC WIUKA
Funding Office
F3QCBB F3QCBB AFLCMC WIU
Created By
acps5700_afmc_robins1
Last Modified By
acps5700_afmc_robins1
Approved By
acps5700_afmc_robins1

Legislative

Legislative Mandates
None Applicable
Awardee District
AK-00
Senators
Lisa Murkowski
Dan Sullivan
Representative
Mary Peltola

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Aircraft Procurement, Air Force (057-3010) Department of Defense-Military Equipment (31.0) $1,500 100%
Last Modified: 10/15/24