FA853026DB001
Indefinite Delivery Contract
Overview
Government Description
Tdss interim encompasses sustainment of Technical Orders (TO) and engineering data support services required by Air Force Sustainment Center (AFSC) and Air Force Life Cycle Management Center (AFLCMC). The work includes sustainment of technical orders and engineering data support services for the Air Force Nuclear Weapons Center (AFNWC). Primary locations are robins, hill, and tinker AFB.
Awardee
Awarding Agency
Funding Agency
NAICS
Pricing
Order Dependent (IDV Only)
Set Aside
8(A) Sole Source (8AN)
Extent Competed
Not Available For Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$29,999,999 (7% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Warner Robins, Georgia 31098 United States.
Sole Source This IDC was awarded sole source to Koniag Integration Solutions because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Sole Source This IDC was awarded sole source to Koniag Integration Solutions because the government was authorized to sole source the contract by statute to a certified 8(a) firm.
Koniag Integration Solutions was awarded
Indefinite Delivery Contract FA853026DB001 (FA8530-26-D-B001)
by
Air Force Materiel Command
for TDSS Interim – Technical Orders And Engineering Data Support Services (TO, AFSC, AFLCMC, AFNWC)
in December 2026.
The IDC
was awarded
with a 8(a) Sole Source set aside
with
NAICS 513130 and
PSC L076
via sole source acquisition procedures with 1 bid received.
To date, $2,173,304 has been obligated through this vehicle with a potential value of all existing task orders of $2,458,361.
The total ceiling is $29,999,999, of which 7% has been used.
As of today, the IDC has a total reported backlog of $285,057.
Status
(Open)
Modified 1/8/26
Period of Performance
12/30/25
Start Date
12/30/26
Ordering Period End Date
Task Order Obligations and Backlog
$2.2M
Total Obligated
$2.2M
Current Award
$2.5M
Potential Award
$0.0
Funded Backlog
$285.1K
Total Backlog
Federal Award Analysis
Historical federal task order obligations under FA853026DB001
$-
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 FA853026DB001
Subcontract Awards
Disclosed subcontracts for FA853026DB001
Transaction History
Modifications to FA853026DB001
People
Suggested agency contacts for FA853026DB001
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Authorized By Statute
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
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
DoD Claimant Code
None
Awardee UEI
QXF7KCQ2PTL6
Awardee CAGE
8H7L3
Agency Detail
Awarding Office
FA8530 FA8530 AFSC PZIE
Funding Office
F3QCCS F3QCCS AFLCMC WLS
Created By
claudette.macneil@us.af.mil
Last Modified By
claudette.macneil@us.af.mil
Approved By
claudette.macneil@us.af.mil
Legislative
Legislative Mandates
Labor Standards
Awardee District
MI-10
Senators
Debbie Stabenow
Gary Peters
Gary Peters
Representative
John James
Last Modified: 1/8/26