692M1526D00002
Indefinite Delivery Contract
Overview
Government Description
Center Operations And Maintenance Services (COMS) at the William J. Hughes Technical Center for Advanced Aerospace (WJHTC). The contractor is responsible for providing comprehensive operations and maintenance services, including contract management support, preventive maintenance, recurring services, continuous operational duties, and service calls, in accordance with the Performance Work Statement (PWS).
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$121,154,117 (1% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Atlantic City, New Jersey 8405 United States.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Transportation has an overall 2023 small business subcontracting goal of 43%
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Transportation has an overall 2023 small business subcontracting goal of 43%
Jones Lang Lasalle Americas was awarded
Indefinite Delivery Contract 692M1526D00002 (692M15-26-D-00002)
by
FAA Headquarters
for Center Operations And Maintenance Services (COMS) At The William J. Hughes Technical Center For Advanced Aerospace (WJHTC)
in March 2026.
The IDC
has a duration of 1 year 2 months and
was awarded
through solicitation William J. Hughes Technical Center for Advanced Aerospace - Center Operations and Maintenance Services (COMS)
full & open
with
NAICS 561210 and
PSC Z1EB
via direct negotiation acquisition procedures with 4 bids received.
To date, $1,263,633 has been obligated through this vehicle with a potential value of all existing task orders of $13,422,918.
The total ceiling is $121,154,117, of which 1% has been used.
As of today, the IDC has a total reported backlog of $12,159,284.
Status
(Open)
Modified 3/26/26
Period of Performance
3/25/26
Start Date
5/31/27
Ordering Period End Date
Task Order Obligations and Backlog
$1.3M
Total Obligated
$1.3M
Current Award
$13.4M
Potential Award
$0.0
Funded Backlog
$12.2M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under 692M1526D00002
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
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
Opportunity Lifecycle
Procurement history for 692M1526D00002
Transaction History
Modifications to 692M1526D00002
People
Suggested agency contacts for 692M1526D00002
Competition
Number of Bidders
4
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
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Awardee UEI
RJ7MF1XTJN88
Awardee CAGE
7EM20
Agency Detail
Awarding Office
692M15 692M15 ACQUISITION & GRANTS, AAQ600
Funding Office
693JG2 FAA
Created By
sarah.e.mccarty@faa.gov
Last Modified By
sarah.e.mccarty@faa.gov
Approved By
sarah.e.mccarty@faa.gov
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
IL-07
Senators
Richard Durbin
Tammy Duckworth
Tammy Duckworth
Representative
Danny Davis
Last Modified: 3/26/26