FA812424DB001
Indefinite Delivery Contract
Overview
Government Description
(F137) SUSTAINING ENGINEERING SERVICES, PROGRAM MANAGEMENT SERVICES, AND UNSCHEDULED OVERHAUL AND FLEET MAINTENANCE.
Awardee
Awarding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$4,000,000
Vehicle Ceiling
$39,865,107 (16% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Indianapolis, Indiana 46225 United States.
Sole Source This IDC was awarded sole source to Rolls-Royce Corporation.
Amendment Since initial award the Ordering Period End Date was shortened from 12/30/28 to 06/30/26.
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 Rolls-Royce Corporation.
Amendment Since initial award the Ordering Period End Date was shortened from 12/30/28 to 06/30/26.
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Rolls-Royce Corporation was awarded
Indefinite Delivery Contract FA812424DB001 (FA8124-24-D-B001)
by
Oklahoma City Air Logistics Complex (Tinker)
for (F137) Sustaining Engineering Services, Program Management Services, And Unscheduled Overhaul And Fleet Maintenance.
in June 2024.
The IDC
has a duration of 2 years and
was awarded
through solicitation Sole Source- F137 POWER
full & open
with
NAICS 541330 and
PSC J028
via sole source acquisition procedures with 1 bid received.
To date, $6,440,751 has been obligated through this vehicle.
The total ceiling is $39,865,107, of which 16% has been used.
Status
(Open)
Modified 5/19/25
Period of Performance
6/30/24
Start Date
6/30/26
Ordering Period End Date
Task Order Obligations
$6.4M
Total Obligated
$6.4M
Current Award
$6.4M
Potential Award
Federal Award Analysis
Historical federal task order obligations under FA812424DB001
$-
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 FA812424DB001
Subcontract Awards
Disclosed subcontracts for FA812424DB001
Opportunity Lifecycle
Procurement history for FA812424DB001
Transaction History
Modifications to FA812424DB001
People
Suggested agency contacts for FA812424DB001
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Patent/Data Rights
Evaluated Preference
None
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
KHK8QYLFGLU1
Awardee CAGE
63005
Agency Detail
Awarding Office
FA8124 FA8124 AFLCMC LPK
Funding Office
F3YCAH F3YCAH AFLCMC LP
Created By
kaylyn.sickmeier@us.af.mil
Last Modified By
kaylyn.sickmeier@us.af.mil
Approved By
kaylyn.sickmeier@us.af.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
IN-07
Senators
Todd Young
Mike Braun
Mike Braun
Representative
André Carson
Last Modified: 5/19/25