FA812424D0003
Indefinite Delivery Contract
Overview
Government Description
TYPE II INTERACTIVE ELECTRONIC TECHNICAL MANUAL (IETM) INTERMEDIATE DEPOT LEVEL TECHNICAL MANUALS SUSTAINMENT FOR MULTIPLE ENGINES.
Awardee
Awarding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$7,353,823 (13% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Beavercreek, Ohio 45430 United States.
Sole Source This IDC was awarded sole source to Trulogic 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 04/10/25 to 04/10/26.
Sole Source This IDC was awarded sole source to Trulogic 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 04/10/25 to 04/10/26.
Trulogic was awarded
Indefinite Delivery Contract FA812424D0003 (FA8124-24-D-0003)
by
Oklahoma City Air Logistics Complex (Tinker)
for Type Ii Interactive Electronic Technical Manual (IETM) Intermediate Depot Level Technical Manuals Sustainment For Multiple Engines.
in April 2024.
The IDC
has a duration of 2 years and
was awarded
through solicitation Sole Source - Type II IETMS
full & open
with
NAICS 541990 and
PSC DA10
via sole source acquisition procedures with 1 bid received.
To date, $2,358,862 has been obligated through this vehicle.
The total ceiling is $7,353,823, of which 13% has been used.
As of today, the IDC has a total reported backlog of $1,391,640 and funded backlog of $1,391,640.
Status
(Open)
Modified 8/21/25
Period of Performance
4/10/24
Start Date
4/10/26
Ordering Period End Date
Task Order Obligations and Backlog
$967.2K
Total Obligated
$2.4M
Current Award
$2.4M
Potential Award
$1.4M
Funded Backlog
$1.4M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA812424D0003
$-
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 FA812424D0003
Subcontract Awards
Disclosed subcontracts for FA812424D0003
Opportunity Lifecycle
Procurement history for FA812424D0003
Transaction History
Modifications to FA812424D0003
People
Suggested agency contacts for FA812424D0003
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 Procedures Not Used
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
QGPZSCN4ZRF6
Awardee CAGE
1J7H7
Agency Detail
Awarding Office
FA8124 FA8124 AFLCMC LPK
Funding Office
F3YCAH F3YCAH AFLCMC LP
Created By
acps5700_afmc_tinker1
Last Modified By
michelle.syth@sa5700.afmc.tinker
Approved By
acps5700_afmc_tinker1
Legislative
Legislative Mandates
Labor Standards
Awardee District
OH-10
Senators
Sherrod Brown
J.D. (James) Vance
J.D. (James) Vance
Representative
Michael Turner
Last Modified: 8/21/25