FA850925DB004
Indefinite Delivery Contract
Overview
Government Description
AN/AAS-54 EO/IR SYSTEM RETROFIT KIT DEVELOPMENT AND PRODUCTION LINE
Awardee
Awarding Agency
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)
Related Opportunity
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%
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
Task Order Obligations and Backlog
$30.0M
Total Obligated
$61.7M
Current Award
$61.7M
Potential Award
$31.7M
Funded Backlog
$31.7M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA850925DB004
$-
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 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
Ted Cruz
Representative
Keith Self
Last Modified: 4/28/25