FA823222D0007
Indefinite Delivery Contract
Overview
Government Description
USAFE F-16 DEPOT CONTRACT
Awardee
Awarding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Single Agency
Vehicle Ceiling
$1,825,000,000 (4% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Wood Dale, Illinois 60191 United States.
Amendment Since initial award the Vehicle Ceiling has increased 400% from $365,000,000 to $1,825,000,000.
Amendment Since initial award the Vehicle Ceiling has increased 400% from $365,000,000 to $1,825,000,000.
AAR Government Services was awarded
Indefinite Delivery Contract FA823222D0007 (FA8232-22-D-0007)
by
Ogden Air Logistics Complex (Hill)
for Usafe F-16 Depot Contract
in April 2022.
The IDC
has a duration of 10 years and
was awarded
through solicitation USAFE F16 DEPOT
full & open
with
NAICS 488190 and
PSC J015
via direct negotiation acquisition procedures with 3 bids received.
To date, $67,038,648 has been obligated through this vehicle.
The total ceiling is $1,825,000,000, of which 4% has been used.
As of today, the IDC has a total reported backlog of $184,191 and funded backlog of $184,191.
The vehicle was awarded through USAFE F-16 Depot Support Services.
DOD Announcements
Apr 2022:
AAR Government Services Inc., Wood Dale, Illinois, has been awarded a $365,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for F-16 Systems Program Office Support at Hill Air Force Base, Utah. This contract provides for F-16 depot work and Service Life Extension Program overhauls. Work will be performed in Bydgoszcz, Poland; Droogdokkeneilan, Netherlands; and Clearfield, Utah, and is expected to be completed by March 30, 2033. This award is the result of a competitive acquisition. Fiscal 2021 procurement funds in the amount of $94,873 are being obligated at time of award. Air Force Life Cycle Management Center, Hill AFB, Utah, is the contracting activity (FA8232-22-D-0007). (Awarded March 31, 2022)
Status
(Open)
Modified 6/3/25
Period of Performance
4/4/22
Start Date
4/5/32
Ordering Period End Date
Task Order Obligations and Backlog
$66.9M
Total Obligated
$67.0M
Current Award
$67.0M
Potential Award
$184.2K
Funded Backlog
$184.2K
Total Backlog
Award Hierarchy
Indefinite Delivery Contract
FA823222D0007
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under FA823222D0007
$-
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 FA823222D0007
Subcontract Awards
Disclosed subcontracts for FA823222D0007
Opportunity Lifecycle
Procurement history for FA823222D0007
Transaction History
Modifications to FA823222D0007
People
Suggested agency contacts for FA823222D0007
Competition
Number of Bidders
3
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
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
Large Business
DoD Claimant Code
None
Awardee UEI
GFWVNNYFEVR2
Awardee CAGE
814N0
Agency Detail
Awarding Office
FA8232 FA8232 AFLCMC WWMK
Funding Office
F2DCCM F2DCCM AFLCMC WAM F16 USAF
Created By
acps5700_afmc_hill1
Last Modified By
acps5700_afmc_hill1
Approved By
acps5700_afmc_hill1
Legislative
Legislative Mandates
Labor Standards
Awardee District
IL-08
Senators
Richard Durbin
Tammy Duckworth
Tammy Duckworth
Representative
Raja Krishnamoorthi
Last Modified: 6/3/25