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. It provides engineering support to sustain the safety, suitability, and effectiveness of C/KC-135 avionics systems, subsystems, and their components. The contract includes sustainment of avionics, communications, and electrical systems, related avionics system components, and associated ground and flight software used on KC-135 aircraft weapon systems. ASES services are also provided for foreign military sales to Chile, France, and Turkey.
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
Individual Order Limit
$560,930,000
Vehicle Ceiling
$1,682,789,880 (6% 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 Ordering Period End Date was extended from 06/15/25 to 06/15/27 and the Vehicle Ceiling has increased 200% from $560,930,000 to $1,682,789,880.
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 Ordering Period End Date was extended from 06/15/25 to 06/15/27 and the Vehicle Ceiling has increased 200% from $560,930,000 to $1,682,789,880.
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
for C/KC-135 Avionics System Engineering Services (ASES)
in June 2023.
The IDC
has a duration of 4 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, $98,718,471 has been obligated through this vehicle.
The total ceiling is $1,682,789,880, of which 6% 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).
Dec 2025: Rockwell Collins has been awarded a $89,808,135 modification (P00014) on a sole source basis under basic contract (FA8105-23-D-B001), with fixed price, fixed price level of effort, and cost-plus-fixed-fee contract types. This modification establishes negotiated Option One pricing under the KC-135 avionics sustainment engineering services contract. The modification brings the total cumulative face value of the contract to $180,366,135 from $90,558,000. Work will be performed at Cedar Rapids, Iowa; and Tinker Air Force Base, Oklahoma, and is expected to be complete by June 16, 2027. This modification contains Foreign Military Sales or services for Chile and Turkey. Fiscal 2026 operation and maintenance funds in the amount of $49,000,000 are being obligated at the time of award via task orders. The contract activity is the Legacy Tanker Branch, Tinker AFB, Oklahoma.
Dec 2025: Rockwell Collins has been awarded a $89,808,135 modification (P00014) on a sole source basis under basic contract (FA8105-23-D-B001), with fixed price, fixed price level of effort, and cost-plus-fixed-fee contract types. This modification establishes negotiated Option One pricing under the KC-135 avionics sustainment engineering services contract. The modification brings the total cumulative face value of the contract to $180,366,135 from $90,558,000. Work will be performed at Cedar Rapids, Iowa; and Tinker Air Force Base, Oklahoma, and is expected to be complete by June 16, 2027. This modification contains Foreign Military Sales or services for Chile and Turkey. Fiscal 2026 operation and maintenance funds in the amount of $49,000,000 are being obligated at the time of award via task orders. The contract activity is the Legacy Tanker Branch, Tinker AFB, Oklahoma.
Status
(Open)
Modified 10/28/25
Period of Performance
6/15/23
Start Date
6/15/27
Ordering Period End Date
Task Order Obligations and Backlog
$98.6M
Total Obligated
$98.7M
Current Award
$98.7M
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
FA8105 FA8105 AFLCMC WKK
Funding Office
F3YCBY F3YCBY AFLCMC WKD
Created By
russell.watson.5@us.af.mil
Last Modified By
michelle.syth@sa5700.afmc.tinker
Approved By
afmc.hill@sa5700.afmc
Legislative
Legislative Mandates
None Applicable
Awardee District
IA-02
Senators
Charles Grassley
Joni Ernst
Joni Ernst
Representative
Ashley Hinson
Last Modified: 10/28/25