Search IDVs

FA853221D0001

Indefinite Delivery Contract

Overview

Government Description
CONSOLIDATED HYDRAULIC TEST STANDS FOR SUPPORT EQUIPMENT AND VEHICLES
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$377,357,493 (15% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Chatsworth, California 91311 United States.
Sole Source This IDC was awarded sole source to Hydraulics International because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Ordering Period End Date was shortened from 10/07/29 to 10/06/29.
Hydraulics International was awarded Indefinite Delivery Contract FA853221D0001 (FA8532-21-D-0001) by AFLCMC Robins AFB for Consolidated Hydraulic Test Stands For Support Equipment And Vehicles in October 2020. The IDC has a duration of 9 years and was awarded through solicitation Consolidated Hydraulic Test Stands full & open with NAICS 336413 and PSC 4920 via sole source acquisition procedures with 1 bid received. To date, $55,131,237 has been obligated through this vehicle. The total ceiling is $377,357,493, of which 15% has been used.

DOD Announcements

Oct 2020: Hydraulics International Inc., Chatsworth, California, has been awarded a $377,357,493 firm-fixed-price, requirements-type, indefinite-delivery/indefinite-quantity contract for multiple pieces of hydraulic equipment and hydraulic fluid purification systems to be used on multiple aviation platforms.  Work will be performed in Chatsworth, California, and is expected to be completed Oct. 7, 2029.  This award is a result of a sole-source acquisition.  Fiscal 2021 aircraft procurement; and future fiscal aircraft procurement funds will be obligated upon availability for task orders.  Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8532-21-D-0001).

Status
(Open)

Modified 8/28/24
Period of Performance
10/6/20
Start Date
10/6/29
Ordering Period End Date
51.0% Complete

Task Order Obligations
$55.1M
Total Obligated
$55.1M
Current Award
$55.1M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

FA853221D0001

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under FA853221D0001

$-

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 FA853221D0001

Subcontract Awards

Disclosed subcontracts for FA853221D0001

Opportunity Lifecycle

Procurement history for FA853221D0001

Transaction History

Modifications to FA853221D0001

People

Suggested agency contacts for FA853221D0001

Competition

Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
Evaluated Preference
None
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
CLH8D5KDN9D6
Awardee CAGE
56529
Agency Detail
Awarding Office
FA8532 FA8532 AFLCMC WNKAA
Funding Office
F3QCDK F3QCDK AFLCMC WNZ SPT EQUIP VEH
Created By
acps5700_afmc_robins1
Last Modified By
acps5700_afmc_robins1
Approved By
acps5700_afmc_robins1

Legislative

Legislative Mandates
None Applicable
Awardee District
CA-32
Senators
Dianne Feinstein
Alejandro Padilla
Representative
Brad Sherman
Last Modified: 8/28/24