FA810523DB001
Indefinite Delivery Contract 
  
Overview
                Government Description
              
              
                THIS CONTRACT COVERS ALL THE REQUIREMENTS IN THE C/KC-135 AVIONICS SYSTEM ENGINEERING SERVICES (ASES) PERFORMANCE WORK STATEMENT (PWS), DD 1423-1 CONTRACT DATA REQUIREMENT LIST (CDRL) AND DOCUMENTS IDENTIFIED IN THE PWS.
              
            
                Awardee
              
              
            
                
                Awarding Agency
                
              
              
            
                Funding Agency
              
              
            
                Pricing
              
              
                Order Dependent (IDV Only)
              
            
                Set Aside
              
              
                
                 
                  None
                
              
            
                Extent Competed
              
              
                Not Competed
              
            
                Multiple / Single Award
              
              
                Single Award
              
            
                Who Can Use
              
              
                
                Single Agency
                
              
            
                
                  Vehicle Ceiling
                
              
              
                
                $1,121,860,000  (9%  Used) 
                
              
            
                Related Opportunity
              
              
            
                Analysis Notes
              
              
                
                Place of Performance Largest percentage of work under issued task orders completed at: Cedar Rapids, Iowa 52498 United States. 
Sole Source This IDC was awarded sole source to Rockwell Collins because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Vehicle Ceiling has increased 100% from $560,930,000 to $1,121,860,000.
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 Rockwell Collins because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Vehicle Ceiling has increased 100% from $560,930,000 to $1,121,860,000.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
            Rockwell Collins was awarded
           
             Indefinite Delivery Contract  FA810523DB001  (FA8105-23-D-B001) 
            by 
            
            Air Force Materiel Command
            
           
            
             in June 2023.
            
            The IDC 
            
             has a duration of 2 years and 
            
            was awarded 
             through solicitation Avionics Sustainment Engineering Services
             full & open 
             with 
             NAICS 541330 and 
            
            
            PSC R425
            
            
            via sole source acquisition procedures with 1 bid received.
            
            To date, $96,657,705 has been obligated through this vehicle.
            
            
            The total ceiling is $1,121,860,000, of which 9% has been used.
            
            
            As of today, the IDC has a total reported backlog of $157,127 and funded backlog of $157,127.
            
            
          
        DOD Announcements
        Jun 2023:
        Rockwell Collins, Cedar Rapids, Iowa, was awarded a $57,001,423 firm-fixed-price and cost-plus-fixed-fee contract for KC-135 Avionics Sustainment Engineering Services (ASES). This contract provides for sustainment of the avionics, communications and electrical systems, subsystems, related avionics systems components, and associated ground and flight software used on the KC-135 aircraft weapon systems. This acquisition will include ASES services for Foreign Military Sales to Chile, France, and Turkey. Work will be performed at Cedar Rapids, Iowa; Tinker Air Force Base, Oklahoma; and Huntsville, Alabama, and is expected to be completed by June 14, 2033. This contract was a sole source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $7,443,699 are being obligated at time of award. The Legacy Tanker Branch at Tinker AFB, Oklahoma, is the contracting activity (FA8105-23-D-B001).
        
      
    Status   
          
            
            
            
            
            (Complete)
            
            
            
        
      Modified 7/30/25
     
        Period of Performance
        6/15/23
            Start Date
          6/15/25
            Ordering Period End Date
          Task Order Obligations  and Backlog 
        $96.5M
            Total Obligated
          $96.7M
            Current Award
          $96.7M
            Potential Award
          $157.1K
            Funded Backlog
          $157.1K
            Total Backlog
          Federal Award Analysis
Historical federal task order obligations under FA810523DB001
$-
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 FA810523DB001
Subcontract Awards
Disclosed subcontracts for FA810523DB001
Opportunity Lifecycle
Procurement history for FA810523DB001
Transaction History
Modifications to FA810523DB001
People
Suggested agency contacts for FA810523DB001
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
          
          
            J4Q3HP6NHK47
          
        
            Awardee CAGE
          
          
            13499
          
        Agency Detail
            Awarding Office
          
          
            S2401A DCMA GREAT PLAINS
          
        
            Funding Office
          
          
            F3YCAL F3YCAL AFLCMC WKD
          
        
            Created By
          
          
            sarahmussman@dcma.mil 
          
        
            Last Modified By
          
          
            sarahmussman@dcma.mil 
          
        
            Approved By
          
          
            sarahmussman@dcma.mil 
          
        Legislative
            Legislative Mandates
          
          
            
            
            
            
            
            
            
  
            
            None Applicable
            
          
        
              Awardee District
            
            
              
              IA-02
              
            
          
              Senators
            
            
  
              
              Charles Grassley 
Joni Ernst
              
  
            
          Joni Ernst
              Representative
            
            
              Ashley Hinson 
            
          Last Modified: 7/30/25
 
  
  
           
                