Search IDVs

FA810023D0001

Indefinite Delivery Contract

Overview

Government Description
Maintenance repair and overhaul (mro/mro-s (supply chain)) Functional Management Office (FMO) support. This contract provides functional and technical resources to re-engineer the logistics it domain and modernize the working capital portfolio. Support includes maintenance and supply, business process transformation expertise, commercial-off-the-shelf it tool expertise, and related enabling services such as process re-engineering, acquisition support, legacy migration, functional test, deployment planning and integration services, configuration support, and data management.
Awardee
Pricing
Fixed Price
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$49,406,280 (58% Used)
Related Opportunity
FA810023R0004
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: King Cove, Alaska 99612 United States.
Sole Source This IDC was awarded sole source to Delta Point because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Delta Point was awarded Indefinite Delivery Contract FA810023D0001 (FA8100-23-D-0001) by Air Force Sustainment Center for Maintenance Repair And Overhaul (MRO/MRO-S) FMO Support in September 2023. The IDC has a duration of 4 years and was awarded with a 8(a) Sole Source set aside with NAICS 541512 and PSC R425 via sole source acquisition procedures with 1 bid received. To date, $28,773,092 has been obligated through this vehicle. The total ceiling is $49,406,280, of which 58% has been used.

DOD Announcements

Sep 2023: Delta Point LLC, King Cove, Alaska, was awarded a $49,406,280 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for maintenance, repair, and overhaul functional management office support services. This contract provides functional and technical resources required to successfully re-engineer the logistics information technology domain to modernize the working capital portfolio. Additionally, support will provide maintenance and supply, and support maintenance financials business process transformation expertise, specific commercial-off-the-shelf IT tool expertise, and related enabling services through process re-engineering, acquisition support, legacy migration, functional test, deployment planning and integration services, configuration support, and data management. Work will be performed at Tinker Air Force Base, Oklahoma; Hill AFB, Utah; and Robins AFB, Georgia, and is expected to be completed Sept. 19, 2027. This award is a sole-source 8(a) Alaskan Native set-aside. Defense agencies working capital funds will be used; and a subsequent order for initial performance in the amount of $8,933,766 is being obligated at time of award. The Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8100-23-D-0001).

Status
(Open)

Modified 12/16/25
Period of Performance
9/19/23
Start Date
9/19/27
Ordering Period End Date
63.0% Complete

Task Order Obligations
$28.8M
Total Obligated
$28.8M
Current Award
$28.8M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

FA810023D0001

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA810023D0001

$-

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 FA810023D0001

Subcontract Awards

Disclosed subcontracts for FA810023D0001

Transaction History

Modifications to FA810023D0001

People

Suggested agency contacts for FA810023D0001

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
YPABB25UK1L3
Awardee CAGE
88Z51
Agency Detail
Awarding Office
FA8100 FA8100 AFSC PZIEC
Funding Office
F3YTBP F3YTBP AFSC LGAC
Created By
acps5700_afmc_tinker1
Last Modified By
acps5700_afmc_tinker1
Approved By
acps5700_afmc_tinker1

Legislative

Legislative Mandates
None Applicable
Awardee District
AK-00
Senators
Lisa Murkowski
Dan Sullivan
Representative
Mary Peltola
Last Modified: 12/16/25