Search IDVs

FA862115D6254

Indefinite Delivery Contract

Overview

Government Description
TSA III
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Individual Order Limit
$20,900,000,000
Vehicle Ceiling
$20,900,000,000 (0% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Kirtland Afb, New Mexico 87117 United States.
Amendment Since initial award the Ordering Period End Date was shortened from 08/31/25 to 08/29/25.
Aviation Training Consulting was awarded Indefinite Delivery Contract FA862115D6254 (FA8621-15-D-6254) by Lifecycle Management Center for Tsa Iii in August 2015. The IDC has a duration of 10 years and was awarded full & open with NAICS 336413 and PSC 1680 via direct negotiation acquisition procedures with 41 bids received. To date, $60,505,394 has been obligated through this vehicle. The total ceiling is $20,900,000,000, of which 0% has been used. As of today, the IDC has a total reported backlog of $71,143,958 and funded backlog of $26,598,630. The vehicle was awarded through Training Systems Acquisition III (TSA III).

DOD Announcements

Aug 2015: AAI Corp., Goose Greek, South Carolina (FA8621-15-D-6265); The Boeing Co., St. Louis, Missouri (FA8621-15-D-6266); CAE USA Inc., Tampa, Florida (FA8621-15-D-6267); Camber Corp., Huntsville, Alabama (FA8621-15-D-6268); Computer Science Corp., Norco, California (FA8621-15-D-6269); Cubic Defense Applications Inc., San Diego, California (FA8621-15-D-6270); Flight Safety Services Corp., Centennial, Colorado (FA8621-15-D-6272); L3 Communications Corp., Arlington, Texas (FA8621-15-D-6273); LB&B Associates Inc., Columbia, Maryland (FA8621-15-D-6274); Lockheed Martin MST, Orlando, Florida (FA8621-15-D-6276); Northrop Grumman Technical Services Inc., Herndon, Virginia (FA8621-15-D-6278); Raytheon Technical Services Company LLC, Dulles, Virginia (FA8621-15-D-6279); Aero Simulation Inc.,* Tampa, Florida (FA8621-15-D-6252); Aerospace Training Systems Partners JV,* Oklahoma City, Oklahoma (FA8621-15-D-6253); Aviation Training Consulting LLC,* Altus, Oklahoma (FA8621-15-D-6254); Bowhead Systems Management LLC,* Alexandria, Virginia (FA8621-15-D-6255); CTE Joint Venture LLC,* Orlando, Florida (FA8621-15-D-6256); CymSTAR LLC,* Broken Arrow, Oklahoma (FA8621-15-D-6257); Delaware Resource Group,* Oklahoma LLC, Oklahoma City, Oklahoma (FA8621-15-D-6258); DL PI JV, * Clover, South Carolina (FA8621-15-D-6259); Fidelity Technologies Corp.,* Reading, Pennsylvania (FA8621-15-D-6260); Logistics Services International Inc.,* Jacksonville, Florida (FA8621-15-D-6261); Nakuuruq Solutions LLC,* Herndon, Virginia (FA8621-15-D-6262); Nova Technologies,* Panama City, Florida (FA8621-15-D-6263); and Quadrant Training Solutions LLC,* Oviedo, Florida (FA8621-15-D-6264), have been awarded a ceiling $20,900,000,000 indefinite-delivery/indefinite-quantity contract for the Training Systems Acquisition III partial small business set-aside, multiple-award contract. Contractors will provide for the analysis, design, development, production, installation, integration, test, and sustainment for Air Force training systems encompassing complex aircrew, maintenance, and system-specific training systems in support of warfighter training at operating locations worldwide. TSA III has a 10-year ordering period through August 2025. This award is the result of a competitive acquisition and 20 large business and 21 small business offers were received. Fiscal 2015 operations and maintenance funds in the amount of $1,000 are being obligated to each company at the time of award. Additional funding will be obligated on individual task orders. Air Force Lifecycle Management Center, Simulators Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Status
(Open)

Modified 10/29/24
Period of Performance
8/31/15
Start Date
8/29/25
Ordering Period End Date
97.0% Complete

Task Order Obligations and Backlog
$33.9M
Total Obligated
$60.5M
Current Award
$105.1M
Potential Award
32% Funded
$26.6M
Funded Backlog
$71.1M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA862115D6254

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA862115D6254

$-

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 FA862115D6254

Subcontract Awards

Disclosed subcontracts for FA862115D6254

Transaction History

Modifications to FA862115D6254

People

Suggested agency contacts for FA862115D6254

Competition

Number of Bidders
41
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
Yes
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
PLJ1ULYCH1J8
Awardee CAGE
3AU46
Agency Detail
Awarding Office
FA8621 FA8621 AFLCMC WNSK SIMS
Funding Office
F4FDAY F4FDAY AFLCMC WNS
Created By
steven.godby@us.af.mil
Last Modified By
steven.godby@us.af.mil
Approved By
steven.godby@us.af.mil

Legislative

Legislative Mandates
Labor Standards Materials, Supplies, Articles & Equipment
Awardee District
OK-03
Senators
James Lankford
Markwayne Mullin
Representative
Frank Lucas

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) $15,842 100%
Last Modified: 10/29/24