FA825125D0002
Indefinite Delivery Contract
Overview
Government Description
REPAIR OF THE F-16 AVIONICS INTERMEDIATE SHOP (AIS) FAMILY OF TEST STATIONS REPAIRABLE END ITEMS
Awarding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$27,092,965 (7% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: San Diego, California 92127 United States.
Sole Source This IDC was awarded sole source to BAE Systems Information And Electronic Systems Integration 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 2% from $26,653,742 to $27,092,966.
Sole Source This IDC was awarded sole source to BAE Systems Information And Electronic Systems Integration 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 2% from $26,653,742 to $27,092,966.
BAE Systems Information And Electronic Systems Integration was awarded
Indefinite Delivery Contract FA825125D0002 (FA8251-25-D-0002)
by
Ogden Air Logistics Complex (Hill)
for Repair Of The F-16 Avionics Intermediate Shop (AIS) Family Of Test Stations Repairable End Items
in December 2024.
The IDC
has a duration of 10 years and
was awarded
through solicitation FA8251-23-R-0008 - Solicitation - Repair of the F-16 Avionics Intermediate Shop (AIS) Family of Test Stations Repairable End Items
full & open
with
NAICS 811210 and
PSC J015
via sole source acquisition procedures with 1 bid received.
To date, $3,781,558 has been obligated through this vehicle.
The total ceiling is $27,092,965, of which 7% has been used.
As of today, the IDC has a total reported backlog of $1,755,234 and funded backlog of $1,755,234.
Status
(Open)
Modified 3/26/25
Period of Performance
12/4/24
Start Date
12/4/34
Ordering Period End Date
Task Order Obligations and Backlog
$2.0M
Total Obligated
$3.8M
Current Award
$3.8M
Potential Award
$1.8M
Funded Backlog
$1.8M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA825125D0002
$-
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 FA825125D0002
Subcontract Awards
Disclosed subcontracts for FA825125D0002
Opportunity Lifecycle
Procurement history for FA825125D0002
Transaction History
Modifications to FA825125D0002
People
Suggested agency contacts for FA825125D0002
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
Plan Not Required
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
FNZGNWHTXVL4
Awardee CAGE
12436
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
CA-50
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Scott Peters
Last Modified: 3/26/25