70Z03825DW0000003
Indefinite Delivery Contract
Overview
Government Description
Repairs/overhauls and support services for C130 and C27 propellers. Includes inspection, testing, troubleshooting, cleaning, overhaul, and repair of dowty R391 propeller assemblies and components used on HC-27J and HC-130J aircraft, including complete teardown, rework, assembly, and testing per oem specifications. Provides Field Service Representative (FSR) Support for Troubleshooting And Training, Ensures Compliance With USCG Requirements For Ready for Issue (RFI) condition, and incorporates all required service bulletins, amendments, and modifications. Services also include tracking and documenting component usage, access to manuals and updates, and delivery of repaired or overhauled components within ninety days.
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$39,733,393 (11% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Sterling, Virginia 20166 United States.
Sole Source This IDC was awarded sole source to GE Aviation Systems because the government believes that only one company can provide the product / service (FAR 6.302-1).
Sole Source This IDC was awarded sole source to GE Aviation Systems because the government believes that only one company can provide the product / service (FAR 6.302-1).
GE Aviation Systems was awarded
Indefinite Delivery Contract 70Z03825DW0000003 (70Z038-25-D-W0000003)
by
Aviation Logistics Center
for C130 And C27 Propeller Repairs/Overhauls And Support Services (R391, FSR)
in December 2025.
The IDC
has a duration of 5 years and
was awarded
through solicitation FSR Support Services and Repair/Overhaul of R391 Propellers
full & open
with
NAICS 488190 and
PSC J016
via sole source acquisition procedures with 1 bid received.
To date, $4,251,699 has been obligated through this vehicle.
The total ceiling is $39,733,393, of which 11% has been used.
Status
(Open)
Modified 2/11/26
Period of Performance
12/31/24
Start Date
12/31/29
Ordering Period End Date
Task Order Obligations
$4.3M
Total Obligated
$4.3M
Current Award
$4.3M
Potential Award
Federal Award Analysis
Historical federal task order obligations under 70Z03825DW0000003
$-
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 70Z03825DW0000003
Subcontract Awards
Disclosed subcontracts for 70Z03825DW0000003
Opportunity Lifecycle
Procurement history for 70Z03825DW0000003
Transaction History
Modifications to 70Z03825DW0000003
People
Suggested agency contacts for 70Z03825DW0000003
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Included (No Subcontracting Possibilities)
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Awardee UEI
ZFPKQ7L6T884
Awardee CAGE
93366
Agency Detail
Awarding Office
70Z038 AVIATION LOGISTICS CENTER (ALC)(00038)
Funding Office
70Z00N AVIATION LOGISTICS CENTER (ALS)
Created By
7008dhobbs2
Last Modified By
7008dhobbs2
Approved By
7008dhobbs2
Legislative
Legislative Mandates
None Applicable
Awardee District
VA-10
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Jennifer Wexton
Last Modified: 2/11/26