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).
Awardee
Awarding Agency
Funding Agency
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)
Related Opportunity
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.
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
Task Order Obligations and Backlog
$10.0M
Total Obligated
$10.0M
Current Award
$10.7M
Potential Award
$0.0
Funded Backlog
$724.0K
Total Backlog
Federal Award Analysis
Historical federal task order obligations under 6973GH24D00009
$-
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
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
Chris Van Hollen
Representative
Jamie Raskin
Last Modified: 1/27/26