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
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
$7,147,615 (46% Used)
Related Opportunity
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).
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
Task Order Obligations and Backlog
$3.3M
Total Obligated
$3.4M
Current Award
$3.4M
Potential Award
$46.5K
Funded Backlog
$46.5K
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA812225D0007
$-
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 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
Markwayne Mullin
Representative
Stephanie Bice
Last Modified: 9/29/25