FA811722D0003
Indefinite Delivery Contract
Overview
Government Description
Repair of B-2 integrated drive generator. Includes overhaul and repair of the B-2 spirit bomber Alternating Generator (AG), including overhaul of generator, alternating current.
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$6,901,547 (31% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Rockford, Illinois 61108 United States.
Sole Source This IDC was awarded sole source to Hamilton Sundstrand Corporation 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 5% from $6,598,360 to $6,901,548.
Sole Source This IDC was awarded sole source to Hamilton Sundstrand Corporation 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 5% from $6,598,360 to $6,901,548.
Hamilton Sundstrand Corporation was awarded
Indefinite Delivery Contract FA811722D0003 (FA8117-22-D-0003)
by
Air Force Sustainment Center
for B-2 Integrated Drive Generator Repair (IDG)
in November 2021.
The IDC
has a duration of 5 years and
was awarded
through solicitation Overhaul or Repair of B-2 Integrator Drive Generator
full & open
with
NAICS 336413 and
PSC J049
via sole source acquisition procedures with 1 bid received.
To date, $7,512,021 has been obligated through this vehicle with a potential value of all existing task orders of $8,974,656.
The total ceiling is $6,901,547, of which 31% has been used.
As of today, the IDC has a total reported backlog of $6,801,550 and funded backlog of $5,338,915.
Status
(Open)
Modified 10/20/25
Period of Performance
11/30/21
Start Date
11/30/26
Ordering Period End Date
Task Order Obligations and Backlog
$2.2M
Total Obligated
$7.5M
Current Award
$9.0M
Potential Award
$5.3M
Funded Backlog
$6.8M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA811722D0003
$-
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 FA811722D0003
Subcontract Awards
Disclosed subcontracts for FA811722D0003
Opportunity Lifecycle
Procurement history for FA811722D0003
Transaction History
Modifications to FA811722D0003
People
Suggested agency contacts for FA811722D0003
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
HKNBD5TLMDL1
Awardee CAGE
99167
Agency Detail
Awarding Office
FA8117 FA8117 AFSC PZABA
Funding Office
F3YCAB F3YCAB 848 SCMG GLSC
Created By
acps5700_afmc_tinker1
Last Modified By
acps5700_afmc_tinker1
Approved By
acps5700_afmc_tinker1
Legislative
Legislative Mandates
None Applicable
Awardee District
IL-17
Senators
Richard Durbin
Tammy Duckworth
Tammy Duckworth
Representative
Eric Sorensen
Last Modified: 10/20/25