Search IDVs

FA850924D0005

Indefinite Delivery Contract

Overview

Government Description
SUSTAINMENT ENGINEERING SERVICES FOR SOF C-130J. INCLUDES ENGINEERING SUPPORT FOR ALL SOF/PR C-130 AIRCRAFT, FOCUSING ON CYBER SUPPORT, ANALYSIS OF MODIFICATIONS, REPAIR, DESIGN AND ANALYSIS, REVERSE ENGINEERING OF COMPONENTS, AND TESTING THROUGH LABORATORY AND FIELD METHODS. ADDITIONAL TASKS INVOLVE CONTINUED DEVELOPMENT AND SUPPORT OF THE MECHANICAL EQUIPMENT AND SUBSYSTEMS INTEGRITY PROGRAM (MECSIP) AND AVIONICS INTEGRITY PROGRAM (AVIP) USING RELIABILITY ASSESSMENT TEAMS, AS WELL AS QUICK-TURN PROTOTYPING TO ENHANCE AIRCRAFT RELIABILITY, AVAILABILITY, SUSTAINABILITY, AND MAINTAINABILITY ACROSS THE FLEET. MERC PROVIDES THE TECHNICAL EXPERTISE AND CAD SOFTWARE TOOLS NECESSARY TO SUSTAIN TESTING AND EVALUATION REQUIRED TO MAINTAIN FEM IN SUPPORT OF SOF AIRCRAFT.
Pricing
Cost No Fee
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$100,000,000 (10% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Warner Robins, Georgia 31088 United States.
Sole Source This IDC was awarded sole source to The Corporation Of Mercer University 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 08/11/29 to 08/25/29 and the Vehicle Ceiling has increased 100% from $50,000,000 to $100,000,000.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
The Corporation Of Mercer University was awarded Indefinite Delivery Contract FA850924D0005 (FA8509-24-D-0005) by Warner Robins Air Logistics Complex for Sustainment Engineering Services For SOF C-130J in August 2024. The IDC has a duration of 5 years and was awarded through solicitation Sustainment Engineering Support full & open with NAICS 541330 and PSC R425 via sole source acquisition procedures with 1 bid received. To date, $10,402,487 has been obligated through this vehicle. The total ceiling is $100,000,000, of which 10% has been used. As of today, the IDC has a total reported backlog of $689,487 and funded backlog of $689,487.

Status
(Open)

Modified 7/10/25
Period of Performance
8/11/24
Start Date
8/25/29
Ordering Period End Date
28.0% Complete

Task Order Obligations and Backlog
$9.7M
Total Obligated
$10.4M
Current Award
$10.4M
Potential Award
93% Funded
$689.5K
Funded Backlog
$689.5K
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA850924D0005

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA850924D0005

$-

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 FA850924D0005

Subcontract Awards

Disclosed subcontracts for FA850924D0005

Opportunity Lifecycle

Procurement history for FA850924D0005

Transaction History

Modifications to FA850924D0005

People

Suggested agency contacts for FA850924D0005

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
Individual Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
CHM5ZAJTSS99
Awardee CAGE
0AC45
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
GA-08
Senators
Jon Ossoff
Raphael Warnock
Representative
Austin Scott
Last Modified: 7/10/25