Search IDVs

FA850925DB001

Indefinite Delivery Contract

Overview

Government Description
ON-SITE DEPOT SUPPORT (OSDS) FOR AFSOC C-130
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition After Exclusion Of Sources
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$45,953,799 (10% Used)
Related Opportunity
FA850925RB001
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Hurlburt Field, Florida 32544 United States.
Tyonek Technical Services was awarded Indefinite Delivery Contract FA850925DB001 (FA8509-25-D-B001) by Warner Robins Air Logistics Complex for On-Site Depot Support (OSDS) For Afsoc C-130 in March 2025. The IDC has a duration of 10 years and was awarded with a Small Business Total set aside with NAICS 336411 and PSC J015 via direct negotiation acquisition procedures with 2 bids received. To date, $5,081,839 has been obligated through this vehicle. The total ceiling is $45,953,799, of which 10% has been used. As of today, the IDC has a total reported backlog of $486,064 and funded backlog of $486,064.

DOD Announcements

Mar 2025: Tyonek Technical Services LLC, Madison, Alabama, was awarded a $45,953,799 indefinite-delivery/indefinite-quantity contract for on-site depot support. This contract provides depot maintenance support for weapons systems and subsystems for the Air Force Special Operations Command C-130 fleet. Work will be performed at Hurlburt Field, Florida, and is expected to be completed by March 30, 2035. This contract was a competitive acquisition, and two offers were received. Fiscal 2025 operation and maintenance funds in the amount of $4,802,944 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8509-25-D-B001).

Status
(Open)

Modified 4/23/25
Period of Performance
3/30/25
Start Date
3/30/35
Ordering Period End Date
5.0% Complete

Task Order Obligations and Backlog
$4.6M
Total Obligated
$5.1M
Current Award
$5.1M
Potential Award
90% Funded
$486.1K
Funded Backlog
$486.1K
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA850925DB001

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA850925DB001

$-

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 FA850925DB001

Subcontract Awards

Disclosed subcontracts for FA850925DB001

Transaction History

Modifications to FA850925DB001

People

Suggested agency contacts for FA850925DB001

Competition

Number of Bidders
2
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
FAZEJLQRCCS5
Awardee CAGE
7GWV7
Agency Detail
Awarding Office
FA8509 FA8509 AFLCMC WIUKA
Funding Office
F3QCBB F3QCBB AFLCMC WIU
Created By
donna.casey.3@us.af.mil
Last Modified By
donna.casey.3@us.af.mil
Approved By
donna.casey.3@us.af.mil

Legislative

Legislative Mandates
Labor Standards
Awardee District
AL-05
Senators
Tommy Tuberville
Katie Britt
Representative
Dale Strong
Last Modified: 4/23/25