FA822025DB001
Indefinite Delivery Contract
Overview
Government Description
Trim induction off load and support equipment. Services include trim inductions not able to be completed by the 309TH depot, as well as induction, modification, and incentive work for the T-38C trim modification on specific aircraft tail numbers performed by yulista contract services in birmingham, AL.
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$99,999,999 (22% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Huntsville, Alabama 35808 United States.
Sole Source This IDC was awarded sole source to Yulista Contract Services because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Vulnerable Incumbent Yulista Contract Services is listed as graduating from the 8(a) program in May 2031, which may limit its ability to recompete.
Sole Source This IDC was awarded sole source to Yulista Contract Services because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Vulnerable Incumbent Yulista Contract Services is listed as graduating from the 8(a) program in May 2031, which may limit its ability to recompete.
Yulista Contract Services was awarded
Indefinite Delivery Contract FA822025DB001 (FA8220-25-D-B001)
by
AFLCMC Hill AFB
for Trim Induction Off Load And Support Equipment
in February 2025.
The IDC
has a duration of 6 years 7 months and
was awarded
with a 8(a) Sole Source set aside
with
NAICS 336413 and
PSC K015
via sole source acquisition procedures with 1 bid received.
To date, $22,164,849 has been obligated through this vehicle.
The total ceiling is $99,999,999, of which 22% has been used.
As of today, the IDC has a total reported backlog of $0 and funded backlog of $0.
Status
(Open)
Modified 12/22/25
Period of Performance
2/25/25
Start Date
9/30/31
Ordering Period End Date
Task Order Obligations and Backlog
$22.2M
Total Obligated
$22.2M
Current Award
$22.2M
Potential Award
$0.3
Funded Backlog
$0.3
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA822025DB001
$-
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 FA822025DB001
Subcontract Awards
Disclosed subcontracts for FA822025DB001
Transaction History
Modifications to FA822025DB001
People
Suggested agency contacts for FA822025DB001
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
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
ZF4VQSMYVFS6
Awardee CAGE
96RM8
Agency Detail
Awarding Office
FA8220 FA8220 AFLCMC WNDT
Funding Office
F2DCCP F2DCCP AFLCMC WND
Created By
mark.parker.fa8220@aflcmc.hill
Last Modified By
mark.parker.fa8220@aflcmc.hill
Approved By
mark.parker.fa8220@aflcmc.hill
Legislative
Legislative Mandates
Labor Standards
Materials, Supplies, Articles & Equipment
Awardee District
AK-00
Senators
Lisa Murkowski
Dan Sullivan
Dan Sullivan
Representative
Mary Peltola
Last Modified: 12/22/25