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 (8% 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 8% has been used.
As of today, the IDC has a total reported backlog of $6,541,642 and funded backlog of $6,541,642.
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 6/13/25
Period of Performance
6/15/23
Start Date
6/15/25
Ordering Period End Date
Task Order Obligations and Backlog
$90.1M
Total Obligated
$96.7M
Current Award
$96.7M
Potential Award
$6.5M
Funded Backlog
$6.5M
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
FA8105 FA8105 AFLCMC WKK
Funding Office
F3YCAL F3YCAL AFLCMC WKD
Created By
cody.jones@us.af.mil
Last Modified By
cody.jones@us.af.mil
Approved By
cody.jones@us.af.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
IA-02
Senators
Charles Grassley
Joni Ernst
Joni Ernst
Representative
Ashley Hinson
Last Modified: 6/13/25