Search IDVs

6973GH26D00007

Indefinite Delivery Contract

Overview

Government Description
TEST EQUIPMENT REPAIR & CALIBRATION SERVICES PROVIDED FOR THE FEDERAL AVIATION ADMINISTRATION LOGISTICS CENTER (FAALC) IN OKLAHOMA CITY, OKLAHOMA, SUPPORTING THE FAA NATIONAL AIRSPACE SYSTEM (NAS) FIELD FACILITIES AND OTHER GOVERNMENT AGENCIES. THE CONTRACTOR SUPPLIES TECHNICAL SUPPORT PERSONNEL, INCLUDING A FULL-TIME ON-SITE TECHNICAL MANAGER/BUSINESS MANAGER AND METROLOGY TECHNICIANS I-III, TO PERFORM REPAIR AND CALIBRATION TASKS AS SPECIFIED IN THE PERFORMANCE WORK STATEMENT (PWS). RESPONSIBILITIES INCLUDE MANAGING MATERIALS AND REIMBURSABLE TRAVEL EXPENSES, AND ENSURING COMPLIANCE WITH EMERGENCY PROCEDURES AT FAA FACILITIES, INCLUDING PARTICIPATION IN EMERGENCY EXERCISES AND EVACUATION PROTOCOLS.
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
$11,125,681 (20% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Hampton, Virginia 23669 United States.
Amendment Since initial award the Ordering Period End Date was extended from 10/30/26 to 10/31/26.
Arti / Bionetics Joint Venture 3 was awarded Indefinite Delivery Contract 6973GH26D00007 (6973GH-26-D-00007) by FAA Headquarters for Test Equipment Repair & Calibration Services (FAA, FAALC, NAS) in October 2025. The IDC was awarded through solicitation A0002 Test Equipment Repair and Calibration Services with a Small Business Total set aside with NAICS 811210 and PSC H249 via direct negotiation acquisition procedures with 2 bids received. To date, $2,213,090 has been obligated through this vehicle. The total ceiling is $11,125,681, of which 20% has been used.

Status
(Open)

Modified 12/18/25
Period of Performance
10/13/25
Start Date
10/31/26
Ordering Period End Date
25.0% Complete

Task Order Obligations
$2.2M
Total Obligated
$2.2M
Current Award
$2.2M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

6973GH26D00007

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under 6973GH26D00007

$-

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 6973GH26D00007

Subcontract Awards

Disclosed subcontracts for 6973GH26D00007

Opportunity Lifecycle

Procurement history for 6973GH26D00007

Transaction History

Modifications to 6973GH26D00007

People

Suggested agency contacts for 6973GH26D00007

Competition

Number of Bidders
2
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
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
Awardee UEI
FY2MX1JE9T29
Awardee CAGE
0X655
Agency Detail
Awarding Office
6973GH 6973GH FRANCHISE ACQUISITION SVCS
Funding Office
693JG2 FAA
Created By
mariah.ctr.hignite@faa.gov
Last Modified By
connie.m.houpt@faa.gov
Approved By
connie.m.houpt@faa.gov

Legislative

Legislative Mandates
Labor Standards
Awardee District
VA-03
Senators
Mark Warner
Timothy Kaine
Representative
Robert Scott
Last Modified: 12/18/25