Search IDVs

FA812225D0007

Indefinite Delivery Contract

Overview

Government Description
Overhaul of multiple T53-L-703 engine NSNS. This work includes the repair and overhaul of multiple national stock numbers (NSNS) for the T53-L-703 engine program in accordance with repair, overhaul, and maintenance manuals specified by Honeywell, the Original Equipment Manufacturer (OEM). Vendors performing this work must be certified by the OEM as a Honeywell authorized service center for overhaul of the T53 engine and possess all current Honeywell T53-L-703 engine manuals, pertinent service bulletins, Overhaul Repair Instructions (ORI), and Overhaul Modifications Instructions (OMI) as issued by Honeywell.
Awardee
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$7,147,615 (46% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Oklahoma 74079 United States.
Sole Source This IDC was awarded sole source to Mint Turbines because the government believes that only one company can provide the product / service (FAR 6.302-1).
Mint Turbines was awarded Indefinite Delivery Contract FA812225D0007 (FA8122-25-D-0007) by Air Force Sustainment Center for T53-L-703 Engine NSN Overhaul in October 2024. The IDC has a duration of 5 years and was awarded through solicitation Repair/Overhaul of Multiple T53 NSNs full & open with NAICS 336412 and PSC J028 via sole source acquisition procedures with 1 bid received. To date, $3,358,196 has been obligated through this vehicle. The total ceiling is $7,147,615, of which 46% has been used. As of today, the IDC has a total reported backlog of $46,500 and funded backlog of $46,500.

Status
(Open)

Modified 9/29/25
Period of Performance
10/21/24
Start Date
10/22/29
Ordering Period End Date
29.0% Complete

Task Order Obligations and Backlog
$3.3M
Total Obligated
$3.4M
Current Award
$3.4M
Potential Award
99% Funded
$46.5K
Funded Backlog
$46.5K
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA812225D0007

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA812225D0007

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


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


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating

Contract Awards

Prime task orders awarded under FA812225D0007

Subcontract Awards

Disclosed subcontracts for FA812225D0007

Opportunity Lifecycle

Procurement history for FA812225D0007

Transaction History

Modifications to FA812225D0007

People

Suggested agency contacts for FA812225D0007

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
Supplies Or Services Pursuant To FAR 12.102(F)
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
VDELRJPMK8G3
Awardee CAGE
520B3
Agency Detail
Awarding Office
FA8122 FA8122 AFSC PZAAB
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
OK-05
Senators
James Lankford
Markwayne Mullin
Representative
Stephanie Bice
Last Modified: 9/29/25