FA821324DB001
Indefinite Delivery Contract
Overview
Government Description
SMALL DIAMETER BOMB INCREMENT I (SDB-I) CONTRACTOR LOGISTICS SUPPORT (CLS)
Awardee
Awarding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Multiple Agencies
Individual Order Limit
$55,486,130
Vehicle Ceiling
$88,000,000 (31% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Saint Louis, Missouri 63134 United States.
Sole Source This IDC was awarded sole source to The Boeing Company because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Vehicle Ceiling has increased 167% from $33,004,252 to $88,000,000.
Subcontracting Plan This IDC has an Individual 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 The Boeing Company because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Vehicle Ceiling has increased 167% from $33,004,252 to $88,000,000.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
The Boeing Company was awarded
Indefinite Delivery Contract FA821324DB001 (FA8213-24-D-B001)
by
Ogden Air Logistics Complex (Hill)
for Small Diameter Bomb Increment I (SDB-I) Contractor Logistics Support (CLS)
in March 2024.
The IDC
has a duration of 4 years 3 months and
was awarded
through solicitation SDB I Contractor Logistics Support (CLS) Solicitation
full & open
with
NAICS 332993 and
PSC J010
via sole source acquisition procedures with 1 bid received.
To date, $27,049,600 has been obligated through this vehicle.
The total ceiling is $88,000,000, of which 31% has been used.
DOD Announcements
Nov 2023:
The Boeing Co., St. Louis, Missouri, was awarded a $33,004,252 firm-fixed-price contract for Small Diameter Bomb I (SDB-I) sustainment and titled contractor logistics support. This contract provides for the SDB-I program and requires continuous contractor logistics support throughout production, fielding, and sustainment. Work will be performed at St. Louis, Missouri, and is expected to be completed by March 31, 2028. This contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $33,004,252 are being obligated at time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-24-D-B001).
Jun 2025: The Boeing Co., St. Louis, Missouri, has been awarded a $22,481,878 firm-fixed-price modification (P0004) to a previously awarded contract (FA8213-24-D-B001) for the Small Diameter Bomb I continuous contractor logistics support through production, fielding, and sustainment. The modification brings the total cumulative face value of the contract to $88,000,000 from $33,004,252. Work will be performed at St. Louis, Missouri, and is expected to be completed June 30, 2028. No funds will be obligated at the time of award as funds will be obligated on individual orders as they are issued. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.
Jun 2025: The Boeing Co., St. Louis, Missouri, has been awarded a $22,481,878 firm-fixed-price modification (P0004) to a previously awarded contract (FA8213-24-D-B001) for the Small Diameter Bomb I continuous contractor logistics support through production, fielding, and sustainment. The modification brings the total cumulative face value of the contract to $88,000,000 from $33,004,252. Work will be performed at St. Louis, Missouri, and is expected to be completed June 30, 2028. No funds will be obligated at the time of award as funds will be obligated on individual orders as they are issued. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.
Status
(Open)
Modified 6/5/25
Period of Performance
3/4/24
Start Date
6/30/28
Ordering Period End Date
Task Order Obligations
$27.0M
Total Obligated
$27.0M
Current Award
$27.0M
Potential Award
Federal Award Analysis
Historical federal task order obligations under FA821324DB001
$-
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 FA821324DB001
Subcontract Awards
Disclosed subcontracts for FA821324DB001
Opportunity Lifecycle
Procurement history for FA821324DB001
Transaction History
Modifications to FA821324DB001
People
Suggested agency contacts for FA821324DB001
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
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
JJM4FRDZJDX1
Awardee CAGE
76301
Agency Detail
Awarding Office
FA8213 FA8213 AFLCMC EBHK
Funding Office
F2DCDE F2DCDE AFLCMC EBH
Created By
roland.murillo.fa8213@aflcmc.hill
Last Modified By
roland.murillo.fa8213@aflcmc.hill
Approved By
roland.murillo.fa8213@aflcmc.hill
Legislative
Legislative Mandates
None Applicable
Awardee District
MO-01
Senators
Joshua Hawley
Eric Schmitt
Eric Schmitt
Representative
Cori Bush
Last Modified: 6/5/25