Search IDVs

FA850923D0001

Indefinite Delivery Contract

Overview

Government Description
PALOMAR SECURE COMMUNICATIONS SYSTEMS (SCS) 3.0 SUSTAINMENT
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$133,500,000 (8% Used)
Related Opportunity
FA850922R0010
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: California 92688 United States.
Sole Source This IDC was awarded sole source to Palomar Products because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Ordering Period End Date was extended from 03/16/28 to 06/16/28 and the Vehicle Ceiling has increased 200% from $44,500,000 to $133,500,000.
Palomar Products was awarded Indefinite Delivery Contract FA850923D0001 (FA8509-23-D-0001) by Warner Robins Air Logistics Complex for Palomar Secure Communications Systems (SCS) 3.0 Sustainment in March 2023. The IDC has a duration of 5 years 3 months and was awarded full & open with NAICS 334220 and PSC 1680 via sole source acquisition procedures with 1 bid received. To date, $10,831,947 has been obligated through this vehicle. The total ceiling is $133,500,000, of which 8% has been used.

DOD Announcements

Jun 2023: Palomar Products Inc., Rancho Santa Margarita, California, was awarded a $45,500,000 firm-fixed-price contract for the Palomar Secure Communication System 3.0 Sustainment Effort. This contract provides for the sustainment of the Palomar SCS 3.0, including major and minor repairs, teardown, test and evaluation and technical support. Work will be performed in Rancho Santa Margarita, California, and is expected to be completed March 16, 2028. This contract was a sole source acquisition. Fiscal 2023 procurement funds in the amount of $4,621,141 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8509-23-D-0001). (Awarded March 16, 2023)

Status
(Open)

Modified 7/30/25
Period of Performance
3/16/23
Start Date
6/16/28
Ordering Period End Date
50.0% Complete

Task Order Obligations
$10.8M
Total Obligated
$10.8M
Current Award
$10.8M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

FA850923D0001

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA850923D0001

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


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


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating

Contract Awards

Prime task orders awarded under FA850923D0001

Subcontract Awards

Disclosed subcontracts for FA850923D0001

Transaction History

Modifications to FA850923D0001

People

Suggested agency contacts for FA850923D0001

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
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
JDNZNGBLW8A9
Awardee CAGE
00816
Agency Detail
Awarding Office
FA8509 FA8509 AFLCMC WIUKA
Funding Office
F3QCBB F3QCBB AFLCMC WIU
Created By
acps5700_afmc_robins1
Last Modified By
acps5700_afmc_robins1
Approved By
acps5700_afmc_robins1

Legislative

Legislative Mandates
Labor Standards
Awardee District
CA-40
Senators
Dianne Feinstein
Alejandro Padilla
Representative
Young Kim
Last Modified: 7/30/25