FA811723D0004
Indefinite Delivery Contract
Overview
Government Description
REPAIR OF THE KC-135 ATTITUDE INDICATOR
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
$6,744,256 (51% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Grand Rapids, Michigan 49512 United States.
Sole Source This IDC was awarded sole source to L3harris Aviation Products 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 shortened from 02/23/28 to 02/23/26.
Subcontracting Plan This IDC has a Commercial 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 L3harris Aviation Products 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 shortened from 02/23/28 to 02/23/26.
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
L3harris Aviation Products was awarded
Indefinite Delivery Contract FA811723D0004 (FA8117-23-D-0004)
by
Air Force Sustainment Center
for Repair Of The Kc-135 Attitude Indicator
in February 2023.
The IDC
has a duration of 3 years and
was awarded
through solicitation Repair of KC-135 Attitude Indicator
full & open
with
NAICS 336413 and
PSC J016
via sole source acquisition procedures with 1 bid received.
To date, $3,416,195 has been obligated through this vehicle.
The total ceiling is $6,744,256, of which 51% has been used.
Status
(Open)
Modified 4/14/25
Period of Performance
2/23/23
Start Date
2/23/26
Ordering Period End Date
Task Order Obligations
$3.4M
Total Obligated
$3.4M
Current Award
$3.4M
Potential Award
Federal Award Analysis
Historical federal task order obligations under FA811723D0004
$-
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 FA811723D0004
Subcontract Awards
Disclosed subcontracts for FA811723D0004
Opportunity Lifecycle
Procurement history for FA811723D0004
Transaction History
Modifications to FA811723D0004
People
Suggested agency contacts for FA811723D0004
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
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Commercial Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
JXBJK7KZBLF9
Awardee CAGE
25583
Agency Detail
Awarding Office
FA8117 FA8117 AFSC PZABA
Funding Office
F3YCAB F3YCAB 848 SCMG GLSC
Created By
acps5700_afmc_tinker1
Last Modified By
patricia.lay.1@us.af.mil
Approved By
acps5700_afmc_tinker1
Legislative
Legislative Mandates
Labor Standards
Awardee District
MI-03
Senators
Debbie Stabenow
Gary Peters
Gary Peters
Representative
Hillary Scholten
Last Modified: 4/14/25