FA811825D0003
Indefinite Delivery Contract
Overview
Government Description
Remanufacture Of the B-2 Flight Control Actuators Is Being Performed.
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
$68,014,708 (12% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: New York 14059 United States.
Sole Source This IDC was awarded sole source to Moog Military Aircraft 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 11/17/29 to 08/11/30 and the Vehicle Ceiling has decreased 6% from $72,496,046 to $68,014,708.
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 Moog Military Aircraft 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 11/17/29 to 08/11/30 and the Vehicle Ceiling has decreased 6% from $72,496,046 to $68,014,708.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Moog Military Aircraft was awarded
Indefinite Delivery Contract FA811825D0003 (FA8118-25-D-0003)
by
Air Force Sustainment Center
for Remanufacture Of The B-2 Flight Control Actuators
in November 2024.
The IDC
has a duration of 5 years 9 months and
was awarded
through solicitation Remanufacture of the B-2 Flight Control Actuators
full & open
with
NAICS 336413 and
PSC 1650
via sole source acquisition procedures with 1 bid received.
To date, $8,134,830 has been obligated through this vehicle.
The total ceiling is $68,014,708, of which 12% has been used.
Status
(Open)
Modified 8/12/25
Period of Performance
11/17/24
Start Date
8/11/30
Ordering Period End Date
Task Order Obligations
$8.1M
Total Obligated
$8.1M
Current Award
$8.1M
Potential Award
Federal Award Analysis
Historical federal task order obligations under FA811825D0003
$-
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 FA811825D0003
Subcontract Awards
Disclosed subcontracts for FA811825D0003
Opportunity Lifecycle
Procurement history for FA811825D0003
Transaction History
Modifications to FA811825D0003
People
Suggested agency contacts for FA811825D0003
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 Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
CTCYFYLXVV76
Awardee CAGE
9P5N5
Agency Detail
Awarding Office
FA8118 FA8118 AFSC PZABB
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
Materials, Supplies, Articles & Equipment
Awardee District
NY-23
Senators
Kirsten Gillibrand
Charles Schumer
Charles Schumer
Representative
Nickolas Langworthy
Last Modified: 8/12/25