FA825124D0011
Indefinite Delivery Contract
Overview
Government Description
Repair of the Commercial Fire Control Computer (CFCC) installed and used on the F-16 block 25/30/32 aircraft. Includes testing and, if necessary, performing essential repairs to restore the CFCC (NSN 1270-01-569-0151, part number 57737A100000-02) to a serviceable condition, though not necessarily cosmetically like new. The contractor, as the oem and sole source provider, is responsible for all technical expertise, labor, and materials required to meet the requirements established in the Performance Work Statement (PWS).
Awarding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$13,319,331 (29% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fort Walton Beach, Florida 32548 United States.
Sole Source This IDC was awarded sole source to BAE Systems Technology Solutions & Services 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 decreased 50% from $26,638,661 to $13,319,331.
Sole Source This IDC was awarded sole source to BAE Systems Technology Solutions & Services 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 decreased 50% from $26,638,661 to $13,319,331.
BAE Systems Technology Solutions & Services was awarded
Indefinite Delivery Contract FA825124D0011 (FA8251-24-D-0011)
by
Ogden Air Logistics Complex (Hill)
for F-16 Commercial Fire Control Computer (CFCC) Repair
in September 2024.
The IDC
has a duration of 5 years and
was awarded
through solicitation F-16 Commercial Fire Control Computer Repairs
full & open
with
NAICS 811210 and
PSC J015
via sole source acquisition procedures with 1 bid received.
To date, $3,900,236 has been obligated through this vehicle.
The total ceiling is $13,319,331, of which 29% has been used.
DOD Announcements
Aug 2024:
BAE Systems Technology Solutions & Services Inc., Rockville, Maryland; and Fort Walton Beach, Florida, was awarded a $13,319,331 ceiling, indefinite-delivery/indefinite-quantity, firm‐fixed-price contract for F-16 sustainment. This contract provides for repair of the commercial fire control computer. Work will be performed in Fort Walton Beach, Florida, and is expected to be complete by Aug. 25, 2031. This contract was a sole source acquisition. Fiscal 2024 working capital funds in the amount of $2,848,234 are being obligated at the time of award. Air Force Sustainment Center Supply Chain Management Division, Hill Air Force Base, Utah, is the contracting activity (FA8251-24-D-0011).
Sep 2024: CORRECTION: The contract announced on Aug. 26, 2024, for BAE Systems Technology Solutions & Services Inc., Rockville, Maryland; and Fort Walton Beach, Florida (FA8251-24-D-0011), was not awarded on that date. The correct award date is Sept. 10, 2024. The work is now expected to be completed Sept. 10, 2031.
Sep 2024: CORRECTION: The contract announced on Aug. 26, 2024, for BAE Systems Technology Solutions & Services Inc., Rockville, Maryland; and Fort Walton Beach, Florida (FA8251-24-D-0011), was not awarded on that date. The correct award date is Sept. 10, 2024. The work is now expected to be completed Sept. 10, 2031.
Status
(Open)
Modified 12/16/24
Period of Performance
9/10/24
Start Date
9/10/29
Ordering Period End Date
Task Order Obligations
$3.9M
Total Obligated
$3.9M
Current Award
$3.9M
Potential Award
Federal Award Analysis
Historical federal task order obligations under FA825124D0011
$-
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 FA825124D0011
Subcontract Awards
Disclosed subcontracts for FA825124D0011
Opportunity Lifecycle
Procurement history for FA825124D0011
Transaction History
Modifications to FA825124D0011
People
Suggested agency contacts for FA825124D0011
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
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
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
LX3BSV6NNW58
Awardee CAGE
99789
Agency Detail
Awarding Office
FA8251 FA8251 AFSC PZABB
Funding Office
F2DCCW F2DCCW ALC CSAG S
Created By
acps5700_afmc_hill1
Last Modified By
acps5700_afmc_hill1
Approved By
acps5700_afmc_hill1
Legislative
Legislative Mandates
Labor Standards
Awardee District
MD-08
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
Jamie Raskin
Last Modified: 12/16/24