FA487725D0023
Indefinite Delivery Contract
Overview
Government Description
THE 355TH WING (WG) IS LOOKING TO ACQUIRE FIVE SPECIALIZED CONTRACTORS TO SUPPORT THE BEDDOWN OF AIRMEN AND EQUIPMENT OF MULTIPLE UNITS AT DAVIS-MONTHAN AFB, AZ.
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$1,500,000
Vehicle Ceiling
$4,499,999 (11% Used)
Related Opportunity
FA487725Q0010
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Tucson, Arizona 85707 United States.
Sole Source This IDC was awarded sole source to Cherokee Nation Government Solutions because the government was authorized to sole source the contract by statute to a certified 8(a) firm for a contract estimated at award to be <$7.0 million.
Sole Source This IDC was awarded sole source to Cherokee Nation Government Solutions because the government was authorized to sole source the contract by statute to a certified 8(a) firm for a contract estimated at award to be <$7.0 million.
Cherokee Nation Government Solutions was awarded
Indefinite Delivery Contract FA487725D0023 (FA4877-25-D-0023)
by
Air Combat Command
for The 355Th Wing (WG) Is Looking To Acquire Five Specialized Contractors To Support The Beddown Of Airmen And Equipment Of Multiple Units At Davis-Monthan Afb, Az.
in September 2025.
The IDC
has a duration of 4 years and
was awarded
with a 8(a) Sole Source set aside
with
NAICS 541611 and
PSC R707
via sole source acquisition procedures with 1 bid received.
To date, $503,946 has been obligated through this vehicle.
The total ceiling is $4,499,999, of which 11% has been used.
Status
(Open)
Modified 9/16/25
Period of Performance
9/20/25
Start Date
9/20/29
Ordering Period End Date
Task Order Obligations
$503.9K
Total Obligated
$503.9K
Current Award
$503.9K
Potential Award
Federal Award Analysis
Historical federal task order obligations under FA487725D0023
$-
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 FA487725D0023
Subcontract Awards
Disclosed subcontracts for FA487725D0023
Transaction History
Modifications to FA487725D0023
People
Suggested agency contacts for FA487725D0023
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
GTS9NLFKGEG8
Awardee CAGE
69V24
Agency Detail
Awarding Office
FA4877 FA4877 355 CONS PK
Funding Office
F1P35A F1P35A 355 CES
Created By
cody.daraban@us.af.mil
Last Modified By
jerry.sauder.fa4877@dm.af.mil
Approved By
jerry.sauder.fa4877@dm.af.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
OK-01
Senators
James Lankford
Markwayne Mullin
Markwayne Mullin
Representative
Kevin Hern
Last Modified: 9/16/25