FA810523D0002
Indefinite Delivery Contract
Overview
Government Description
TEN-YEAR IDIQ CONTRACT, TWO-YEAR BASE, AND FOUR TWO-YEAR OPTIONS FOR C/KC-135 ENGINEERING SUSTAINMENT SUPPORT (ESS) SERVICES
Awardee
Awarding Agency
Funding Agency
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$420,000,000 (18% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Oklahoma City, Oklahoma 73135 United States.
Sole Source This IDC was awarded sole source to The Boeing Company because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Ordering Period End Date was shortened from 06/30/33 to 06/30/27.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Sole Source This IDC was awarded sole source to The Boeing Company because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Ordering Period End Date was shortened from 06/30/33 to 06/30/27.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
The Boeing Company was awarded
Indefinite Delivery Contract FA810523D0002 (FA8105-23-D-0002)
by
Air Force Materiel Command
for Ten-Year Idiq Contract, Two-Year Base, And Four Two-Year Options For C/Kc-135 Engineering Sustainment Support (ESS) Services
in June 2023.
The IDC
has a duration of 4 years and
was awarded
through solicitation KC135 Engineering Sustainment Support
full & open
with
NAICS 541330 and
PSC R425
via sole source acquisition procedures with 1 bid received.
To date, $75,799,184 has been obligated through this vehicle.
The total ceiling is $420,000,000, of which 18% has been used.
As of today, the IDC has a total reported backlog of $1,104,645 and funded backlog of $1,104,645.
DOD Announcements
Jun 2023:
Oklahoma City, Oklahoma; San Antonio, Texas; Huntsville, Alabama; Houston, Texas; Pleasanton, California; Long Beach, California; Mesa, Arizona; Tukwila, Washington; St. Louis, Missouri; Fort Walton Beach, Florida; and Vancouver, British Columbia, Canada. The work is expected to be completed by June 30, 2033. This contract involves Foreign Military Sales to Chile, France, and Turkey. This award is the result of a sole source acquisition. Fiscal 2023 operations and maintenance funds in the estimated amount of $22,900,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8105-23-D-0002).
Aug 2024: CORRECTION: The contract announced on June 21, 2023, for the Boeing Co., Oklahoma City, Oklahoma (FA8105-23-D-0002), included the incorrect award amount. The correct amount is $75,188,886.
Jul 2025: The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $79,349,247 option modification (P00009) to a previously awarded contract (FA8105-23-D-0002) for KC-135 engineering sustainment support. The modification brings the total cumulative face value of the contract to $154,538,133. Work will be performed at Oklahoma City, Oklahoma; San Antonio, Texas; Huntsville, Alabama; Houston, Texas; Pleasanton, California; Long Beach, California; Mesa, Arizona; Tukwila, Washington; St. Louis, Missouri; Fort Walton Beach, Florida; and Vancouver, Canada, and is expected to be complete by June 30, 2033. This modification involves unclassified Foreign Military Sales to Chile, France, and Turkey. Fiscal 2025 operations and maintenance appropriation funds in the estimated amount of $21,200,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.
Aug 2024: CORRECTION: The contract announced on June 21, 2023, for the Boeing Co., Oklahoma City, Oklahoma (FA8105-23-D-0002), included the incorrect award amount. The correct amount is $75,188,886.
Jul 2025: The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $79,349,247 option modification (P00009) to a previously awarded contract (FA8105-23-D-0002) for KC-135 engineering sustainment support. The modification brings the total cumulative face value of the contract to $154,538,133. Work will be performed at Oklahoma City, Oklahoma; San Antonio, Texas; Huntsville, Alabama; Houston, Texas; Pleasanton, California; Long Beach, California; Mesa, Arizona; Tukwila, Washington; St. Louis, Missouri; Fort Walton Beach, Florida; and Vancouver, Canada, and is expected to be complete by June 30, 2033. This modification involves unclassified Foreign Military Sales to Chile, France, and Turkey. Fiscal 2025 operations and maintenance appropriation funds in the estimated amount of $21,200,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.
Status
(Open)
Modified 8/28/25
Period of Performance
6/30/23
Start Date
6/30/27
Ordering Period End Date
Task Order Obligations and Backlog
$74.7M
Total Obligated
$75.8M
Current Award
$75.8M
Potential Award
$1.1M
Funded Backlog
$1.1M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA810523D0002
$-
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 FA810523D0002
Subcontract Awards
Disclosed subcontracts for FA810523D0002
Opportunity Lifecycle
Procurement history for FA810523D0002
Transaction History
Modifications to FA810523D0002
People
Suggested agency contacts for FA810523D0002
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
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
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
M25AW7P5S7K7
Awardee CAGE
1N929
Agency Detail
Awarding Office
FA8105 FA8105 AFLCMC WKK
Funding Office
F3YCAL F3YCAL AFLCMC WKD
Created By
acps5700_afmc_tinker1
Last Modified By
afmc.hill@sa5700.afmc
Approved By
acps5700_afmc_tinker1
Legislative
Legislative Mandates
None Applicable
Awardee District
OK-04
Senators
James Lankford
Markwayne Mullin
Markwayne Mullin
Representative
Tom Cole
Last Modified: 8/28/25