Search IDVs

FA852821D0008

Indefinite Delivery Contract

Overview

Government Description
U-2 optics support and sustainment is provided. Additional work includes support and sustainment services for the U-2 syers (senior year electro-optical reconnaissance system), obc (optical bar camera), and gseg (ground support equipment), as well as activities related to obc divestment.
Government Project
000
Pricing
Cost Plus Fixed Fee
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$493,300,000 (56% Used)
Related Opportunity
FA852820R0009
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Westford, Massachusetts 1886 United States.
Sole Source This IDC was awarded sole source to Goodrich Corporation because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Goodrich Corporation was awarded Indefinite Delivery Contract FA852821D0008 (FA8528-21-D-0008) by Warner Robins Air Logistics Complex for U-2 Optics, SYERS, OBC, and GSEG Support and Sustainment in March 2021. The IDC has a duration of 5 years and was awarded full & open with NAICS 334511 and PSC J016 via sole source acquisition procedures with 1 bid received. To date, $279,092,009 has been obligated through this vehicle. The total ceiling is $493,300,000, of which 56% has been used. As of today, the IDC has a total reported backlog of $4,071,375 and funded backlog of $4,071,375.

Status
(Complete)

Modified 9/17/25
Period of Performance
3/31/21
Start Date
3/31/26
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$275.0M
Total Obligated
$279.1M
Current Award
$279.1M
Potential Award
99% Funded
$4.1M
Funded Backlog
$4.1M
Total Backlog

Award Hierarchy

Indefinite Delivery Contract

FA852821D0008

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA852821D0008

$-

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 FA852821D0008

Subcontract Awards

Disclosed subcontracts for FA852821D0008

Transaction History

Modifications to FA852821D0008

People

Suggested agency contacts for FA852821D0008

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
JZNWHLVKADJ9
Awardee CAGE
05WL4
Agency Detail
Awarding Office
FA8528 FA8528 AFLCMC WIKA
Funding Office
F3QCAZ F3QCAZ AFLCMC HBGF
Created By
acps5700_afmc_robins1
Last Modified By
acps5700_afmc_robins1
Approved By
acps5700_afmc_robins1

Legislative

Legislative Mandates
None Applicable
Awardee District
MA-03
Senators
Edward Markey
Elizabeth Warren
Representative
Lori Trahan
Last Modified: 9/17/25