Search IDVs

FA812425DB001

Indefinite Delivery Contract

Overview

Government Description
Type II Interactive Electronic Technical Manual (IETM) F100-PW-220/220E/229 intermediate technical manuals. Includes sustainment support for applicable technical orders (TOS), implementation of Recommended Changes (RC), conversion of type II IETM to S1000D Interactive Electronic Technical Publication (IETP), and delivery of Federal Desktop Core Configuration (FDCC) compliant type II IETM and S1000D IETP. Additional tasks involve supporting the distribution of scheduled IETM/IETP revision Block Cycle Updates (BCU) and preparation and sustainment of USAF format TOS for F100-PW-220/220E/229 engines and equipment, including the Engine Automated Work Package (EAWP).
Awardee
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
$3,905,060
Vehicle Ceiling
$11,656,830 (63% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: East Hartford, Connecticut 6118 United States.
Sole Source This IDC was awarded sole source to RTX Corporation because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has a DOD Comprehensive Subcontracting Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
RTX Corporation was awarded Indefinite Delivery Contract FA812425DB001 (FA8124-25-D-B001) by Oklahoma City Air Logistics Complex (Tinker) for Type II Interactive Electronic Technical Manual (IETM) F100-PW-220/220E/229 Intermediate Technical Manuals in November 2024. The IDC has a duration of 5 years and was awarded through solicitation Sole Source - F100 IETMS full & open with NAICS 541990 and PSC DA10 via sole source acquisition procedures with 1 bid received. To date, $7,301,573 has been obligated through this vehicle. The total ceiling is $11,656,830, of which 63% has been used.

Status
(Open)

Modified 10/28/25
Period of Performance
11/30/24
Start Date
11/30/29
Ordering Period End Date
26.0% Complete

Task Order Obligations
$7.3M
Total Obligated
$7.3M
Current Award
$7.3M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

FA812425DB001

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA812425DB001

$-

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 FA812425DB001

Subcontract Awards

Disclosed subcontracts for FA812425DB001

Opportunity Lifecycle

Procurement history for FA812425DB001

Transaction History

Modifications to FA812425DB001

People

Suggested agency contacts for FA812425DB001

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
DOD Comprehensive Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
QN1BCFY7JDJ5
Awardee CAGE
52661
Agency Detail
Awarding Office
FA8124 FA8124 AFLCMC LPK
Funding Office
F3YCAH F3YCAH AFLCMC LP
Created By
sarah.thigpen@us.af.mil
Last Modified By
sarah.thigpen@us.af.mil
Approved By
sarah.thigpen@us.af.mil

Legislative

Legislative Mandates
None Applicable
Awardee District
CT-01
Senators
Richard Blumenthal
Christopher Murphy
Representative
John Larson
Last Modified: 10/28/25