Search Prime Contracts

FA489022C0019

Definitive Contract

Overview

Government Description
AERIAL TARGETS III PROGRAM: AIRCRAFT MAINTENANCE SERVICES AT TYNDALL AIR FORCE BASE, FL AND HOLLOMAN AIR FORCE BASE, NM.
Awarding / Funding Agency
Place of Performance
Panama City, FL 32403 United States
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Analysis Notes
Amendment Since initial award the Potential Award value has increased from $136,698,482 to $137,388,371.
Predecessor This appears to be a continuation of a prior contract FA489015C0018.
Subcontracting Plan This Definitive Contract has an Individual Subcontract Plan. The Department of Defense has an overall small business subcontracting goal of 30%
Amentum Services was awarded Definitive Contract FA489022C0019 (FA4890-22-C-0019) worth up to $137,388,371 by Air Combat Command in July 2022. The contract has a duration of 7 years 2 months and was awarded through solicitation Aerial Targets III FY23 full & open with NAICS 488190 and PSC J015 via direct negotiation acquisition procedures with 5 bids received. As of today, the Definitive Contract has a total reported backlog of $81,008,633 and funded backlog of $3,449,325.

DOD Announcements

Jul 2022: PAE Aviation and Technical Services LLC, Arlington, Virginia, has been awarded a $136,587,880 firm-fixed-price, performance incentive and award fee contract with cost-reimbursable line items for aerial targets operations and maintenance services. The aerial targets mission provides for conducting lethality testing of major weapons systems and munitions programs. Work will be performed at Tyndall Air Force Base, Florida; and Holloman AFB, New Mexico, and is expected to be complete by Sept. 30, 2029. This award is the result of a competitive acquisition with five offers received. Fiscal 2022 operations and maintenance funds will be obligated upon award. Headquarters Air Combat Command, Acquisition Management Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA489022C0019).

Status
(Open)

Last Modified 12/23/24
Period of Performance
7/21/22
Start Date
9/30/25
Current End Date
9/30/29
Potential End Date
39.0% Complete

Obligations and Backlog
$56.4M
Total Obligated
$59.8M
Current Award
$137.4M
Potential Award
41% Funded
$3.4M
Funded Backlog
$81.0M
Total Backlog

Award Hierarchy

Definitive Contract

FA489022C0019

Subcontracts

0

Activity Timeline

Interactive chart of timeline of amendments to FA489022C0019

Labor Services Billing

Annual labor billing rates and FTE reported for FA489022C0019

Opportunity Lifecycle

Procurement history for FA489022C0019

Transaction History

Modifications to FA489022C0019

People

Suggested agency contacts for FA489022C0019

Competition

Number of Bidders
5
Solicitation Procedures
Negotiated Proposal/Quote
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
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Defense Program
None
DoD Claimant Code
Services
IT Commercial Item Category
Not Applicable
Awardee UEI
QEMLRQA7PLG4
Awardee CAGE
5W3V7
Agency Detail
Awarding Office
FA4890 FA4890 HQ ACC AMIC
Funding Office
F2QF04
Created By
lisa.turlington@us.af.mil
Last Modified By
lisa.turlington@us.af.mil
Approved By
lisa.turlington@us.af.mil

Legislative

Legislative Mandates
Labor Standards
Performance District
FL-02
Senators
Marco Rubio
Rick Scott
Representative
Neal Dunn
Modified: 12/23/24