FA810524D0002
Indefinite Delivery Contract
Overview
Government Description
KY-58M A-KIT PRODUCTION
Awarding Agency
Funding Agency
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
$3,306,464 (100% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Oklahoma 74960 United States.
Sole Source This IDC was awarded sole source to Cherokee Nation Aerospace And Defense because the government was authorized to sole source the contract by statute to a certified 8(a) firm for a contract estimated at award to be <$4.5 million.
Vulnerable Incumbent Cherokee Nation Aerospace And Defense is listed as graduating from the 8(a) program in August 2025, which may limit its ability to recompete.
Amendment Since initial award the Ordering Period End Date was shortened from 04/02/26 to 10/09/25.
Sole Source This IDC was awarded sole source to Cherokee Nation Aerospace And Defense because the government was authorized to sole source the contract by statute to a certified 8(a) firm for a contract estimated at award to be <$4.5 million.
Vulnerable Incumbent Cherokee Nation Aerospace And Defense is listed as graduating from the 8(a) program in August 2025, which may limit its ability to recompete.
Amendment Since initial award the Ordering Period End Date was shortened from 04/02/26 to 10/09/25.
Cherokee Nation Aerospace And Defense was awarded
Indefinite Delivery Contract FA810524D0002 (FA8105-24-D-0002)
by
Air Force Materiel Command
for Ky-58M A-Kit Production
in October 2024.
The IDC
was awarded
through solicitation KY58M A-Kits Production
with a 8(a) Sole Source set aside
with
NAICS 336413 and
PSC 5821
via sole source acquisition procedures with 1 bid received.
To date, $3,306,465 has been obligated through this vehicle.
The total ceiling is $3,306,464, of which 100% has been used.
Status
(Open)
Modified 8/28/25
Period of Performance
10/9/24
Start Date
10/9/25
Ordering Period End Date
Task Order Obligations
$3.3M
Total Obligated
$3.3M
Current Award
$3.3M
Potential Award
Federal Award Analysis
Historical federal task order obligations under FA810524D0002
$-
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 FA810524D0002
Subcontract Awards
Disclosed subcontracts for FA810524D0002
Opportunity Lifecycle
Procurement history for FA810524D0002
Transaction History
Modifications to FA810524D0002
People
Suggested agency contacts for FA810524D0002
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
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
THNYM7ZLX333
Awardee CAGE
57WW1
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-02
Senators
James Lankford
Markwayne Mullin
Markwayne Mullin
Representative
Josh Brecheen
Last Modified: 8/28/25