Search IDVs

FA850925DB004

Indefinite Delivery Contract

Overview

Government Description
AN/AAS-54 EO/IR SYSTEM RETROFIT KIT DEVELOPMENT AND PRODUCTION LINE
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$65,000,000
Vehicle Ceiling
$90,000,000 (33% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Mckinney, Texas 75071 United States.
Sole Source This IDC was awarded sole source to Raytheon Company because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has a DOD Comprehensive Subcontracting Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Raytheon Company was awarded Indefinite Delivery Contract FA850925DB004 (FA8509-25-D-B004) by Warner Robins Air Logistics Complex for An/Aas-54 Eo/Ir System Retrofit Kit Development And Production Line in March 2025. The IDC has a duration of 10 years and was awarded through solicitation MTS-A DMS Retro Fit full & open with NAICS 334511 and PSC R425 via sole source acquisition procedures with 1 bid received. To date, $61,701,695 has been obligated through this vehicle. The total ceiling is $90,000,000, of which 33% has been used. As of today, the IDC has a total reported backlog of $31,706,105 and funded backlog of $31,706,105.

Status
(Open)

Modified 4/28/25
Period of Performance
3/20/25
Start Date
3/20/35
Ordering Period End Date
7.0% Complete

Task Order Obligations and Backlog
$30.0M
Total Obligated
$61.7M
Current Award
$61.7M
Potential Award
49% Funded
$31.7M
Funded Backlog
$31.7M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA850925DB004

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA850925DB004

$-

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 FA850925DB004

Subcontract Awards

Disclosed subcontracts for FA850925DB004

Opportunity Lifecycle

Procurement history for FA850925DB004

Transaction History

Modifications to FA850925DB004

People

Suggested agency contacts for FA850925DB004

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
DOD Comprehensive Subcontract Plan
Cost Accounting Standards
Yes
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
HEBCLD22EJD1
Awardee CAGE
96214
Agency Detail
Awarding Office
FA8509 FA8509 AFLCMC WIUKA
Funding Office
F3QCBB F3QCBB AFLCMC WIU
Created By
philip.earthly.1@us.af.mil
Last Modified By
philip.earthly.1@us.af.mil
Approved By
philip.earthly.1@us.af.mil

Legislative

Legislative Mandates
Clinger-Cohen Act Compliant Labor Standards Materials, Supplies, Articles & Equipment
Awardee District
TX-03
Senators
John Cornyn
Ted Cruz
Representative
Keith Self
Last Modified: 4/28/25