Search IDVs

6973GH24D00009

Indefinite Delivery Contract

Overview

Government Description
Aircraft mechanic maintenance support for FAA line stations. The contractor performs program management support, lead Airframe and Powerplant (A&P) maintenance, aircraft mechanic services including electronics/avionics, A&P sheet metal, and A&P support at multiple locations across the US. Additional tasks include supply and laborer support, as well as travel to support mission requirements as requested and preapproved. Work is conducted at various FAA facilities including MMAC (OKC), atl (atlanta, GA), afw (ft worth, TX), btl (battle creek, MI), sac (sacramento, CA), acy (atlantic city, NJ), and anc (anchorage, AK).
Pricing
Labor Hours
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$26,137,740 (38% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Oklahoma City, Oklahoma 73169 United States.
Amendment Since initial award the Vehicle Ceiling has increased 5% from $24,937,740 to $26,137,740.
Strategic Technology Institute was awarded Indefinite Delivery Contract 6973GH24D00009 (6973GH-24-D-00009) by FAA Headquarters for Aircraft Mechanic Maintenance Support For FAA Line Stations in December 2023. The IDC has a duration of 5 years 1 months and was awarded through solicitation FAA Flight Inspection Standards Aircraft Maintenance Support with a Small Business Total set aside with NAICS 488190 and PSC J015 via direct negotiation acquisition procedures with 4 bids received. To date, $9,975,191 has been obligated through this vehicle with a potential value of all existing task orders of $10,699,229. The total ceiling is $26,137,740, of which 38% has been used. As of today, the IDC has a total reported backlog of $724,038.

Status
(Open)

Modified 1/27/26
Period of Performance
12/6/23
Start Date
1/31/29
Ordering Period End Date
45.0% Complete

Task Order Obligations and Backlog
$10.0M
Total Obligated
$10.0M
Current Award
$10.7M
Potential Award
93% Funded
$0.0
Funded Backlog
$724.0K
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

6973GH24D00009

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under 6973GH24D00009

$-

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 6973GH24D00009

Subcontract Awards

Disclosed subcontracts for 6973GH24D00009

Opportunity Lifecycle

Procurement history for 6973GH24D00009

Transaction History

Modifications to 6973GH24D00009

People

Suggested agency contacts for 6973GH24D00009

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
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
Awardee UEI
HDFLNVD97EJ3
Awardee CAGE
0GB12
Agency Detail
Awarding Office
6973GH 6973GH FRANCHISE ACQUISITION SVCS
Funding Office
693JG2 FAA
Created By
tammy.r.claiborne@faa.gov
Last Modified By
william.e.boyer@faa.gov
Approved By
william.e.boyer@faa.gov

Legislative

Legislative Mandates
Labor Standards
Awardee District
MD-08
Senators
Benjamin Cardin
Chris Van Hollen
Representative
Jamie Raskin
Last Modified: 1/27/26