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.
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
$11,125,681 (20% Used)
Related Opportunity
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.
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
Task Order Obligations
$2.2M
Total Obligated
$2.2M
Current Award
$2.2M
Potential Award
Federal Award Analysis
Historical federal task order obligations under 6973GH26D00007
$-
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 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
Timothy Kaine
Representative
Robert Scott
Last Modified: 12/18/25